Loading...
HomeMy WebLinkAboutCity Council Meeting - Council - Agenda - 07/15/2008 I I � City of Kent City Council Meeting Agenda t July 15, 2008 Mayor Suzette Cooke Debbie Raplee, Council President � Councilmembers � Elizabeth Albertson Ron Harmon Tim Clark Deborah Ranniger j Jamie Danielson Les Thomas KENT WASHINGTON City Clerk's Office KENT CITY COUNCIL AGENDAS KENT July 15, 2008 WA5HINGTON Council Chambers MAYOR: Suzette Cooke COUNCILMEMBERS: Debbie , Ra lee President Rap lee, Elizabeth Albertson Tim Clark Jamie Danielson IRon Harmon Deborah Ranniger Les Thomas ********************************************************************** COUNCIL WORKSHOP AGENDA 5:30 p.m. Item Description Speaker Time 1. Connected Community Mike Carrington 60 minutes COUNCIL MEETING AGENDA 7:00 p.m. 1. CALL TO ORDER/FLAG SALUTE 2. ROLL CALL 3. CHANGES TO AGENDA A. FROM COUNCIL, ADMINISTRATION, OR STAFF B. FROM THE PUBLIC - Citizens may request that an item be added to the agenda at this time. Please stand or raise your hand to be recognized by the Mayor. 4. PUBLIC COMMUNICATIONS A. Councilmember Oath of Office B. Public Recognition C. Community Events D. National Night Out Proclamation E. Public Safety Report & Swearing In Ceremony 5. PUBLIC HEARINGS None 6. CONSENT CALENDAR A. Minutes of Previous Meeting - Approve B. Payment of Bills - Approve C. Tract X/Haley's Ridge Subdivision - Accept D. DCI Engineers Consultant Agreement, Construction Standards - Authorize E. Jason Engineering Consultant Agreement for Soils Testing - Authorize F. King County Interagency Agreement for Generator Transfer Switch - Authorize (Continued) COUNCIL MEETING AGENDA CONTINUED G. Washington State Military Department Grant - Accept and Authorize Contract Z H. Haley's Ridge Final Plat - Accept I. Jail Industries Board Grant - Accept and Amend Budget 7. OTHER BUSINESS A. Kent Events Center Supplemental Budget Authority - Approve 8. BIDS A. North Park Sanitary Sewer Rebuild 9. REPORTS FROM STANDING COMMITTEES, STAFF AND SPECIAL COMMITTEES 10. CONTINUED COMMUNICATIONS 11. EXECUTIVE SESSION AND AFTER EXECUTIVE SESSION 12. ADJOURNMENT NOTE: A copy of the full agenda packet is available for perusal in the City Clerk's Office and the Kent Library. The Agenda Summary page and complete packet are on the City of Kent web site at www.ci.kent.wa.us. An explanation of the agenda format is given on the back of this page. Any person requiring a disability accommodation should contact the City Clerk's Office in advance at (253) 856-5725. For TDD relay service call the Washington Telecommunications Relay Service at 1-800-833-6388. v t-c N N p 7 — T H a O T'�.Y Q v tp C ELL O onao0 a� E. c v ° ° OU v bq rt7 d C v T M N rp v U L p C E C b N vUi O p v�i t0 v v U L pA Q U E L v L-6 •C O � >'a U V G V 61 c ° ocn �ft E �� ^� upv m u m> j � v � = E Evcw ° E� a � Eco� ooL • u, ovg a = °upov`,-° °uQ� OLv ? � � mad v � ro b -- �wcv -° E � c � os-- O� om Q U UK L L i v p ° y y ° v f m >,3 ? = a ° 2 N m E c C° nn v ° C O T ro r4 E ra r6— m C C N v< O � C O C bn _ vU b c a ° N v v E u a� o nnv L E cY 3 E G v • v Qv y L avoo v �� ° °a °� v ° E o E a E u b o o ro E c y ono L °O ->, o ° c c v ro o oL v c= v o Q Q m ro a >V b a o ro c T E u u Y a °o= V E v LL v onv •• ` �v V QE vv pT °' � °' � � avi � v ° Ev^ �_ �LN � • vro � cob� o� c ° o > o 0 U— U— O O O L pn c u> � o E c a�u yL E v u oy v E E a E U E c v — v ro U. °Q v — c a a v o •• v O a c c v L v > ur E E o v ° ° v a m v E O aJ u N .� O °j 7 < 'L d S O p i O O m O Y Q vi �T°y V au � TVo � � O u- 'E , u ° EvU - '° °JC VE `°" ` couLco � EOL� b c v E � °� i `° p�n•- �n � �n � � EU °N �_ vL ��V ro V �L L o E o p v o c ° °Fv �U� O oV E ° =~v ° �� ° C v v LLILL Y 7 0 T U v 3 C bn v ° v C v ro 0 ro v 0 rp O ro O ) ry O v N N C 1""� N >'C — C — 7 v U y E • 3 c—>. o E� p�L V E- o oL S' v c y �� E2 ��� o o ry - uv u = � v -ocv > z oEv � ru c � Eyv c =12 JF rom c ° � b E c N E N o v U E Y EL p v v p O v O� �LLa 00-C O v o � � e aNN N c� L `. uL C U U — U r! v V E v v— U u a i M U G bn C C C v E E L v O L C L U L S L rd L W O 0 0-0 ° O L OU ul O>L v 0 O O.J. v 7 L 7 0 v v a3 HU L V UV ro �U. v m �U U Ooi aC)w�awH: 2 a r� v �o L Y r E 7 • z > W= O z �' T aci 3 lid 3 v m > > L o Q � E L a°- —L Y Oo H U000 rov o E C� Y V U u N N w Ln U lfl C ll') U rt5� OOP V O W Q U co U =Q1 = Q >- C C L'1 I O Ln E >, �J J N , N =YU j U� c b� /� U a v E >> C C U?U- c`N YY moo O U 0- U: a w v C > O C � O L N U 7 Q'J O C L 7 v p C E t a O O p) u 'M v U 'n - vILI • 3iv � E o C O p rid c ra m C O O O rLo E C a V i c C v • - o c a o T E y ro E Zve > mro v ° °p ° E m j ro� o • o� u v ° p v > E o ° u 3 on— °Ao E au �i V a) v E 0 n U O L O U n N a C N v v i N v M 61 t"O C T ra @ ca bn.L.. v E Y j u f_ W °Qoo= � co a> a 3 o n c ter- ° 3 0 ° N v O c N tc by� 3 p v c -o c v o E �v oU a N °' c E a3 CL, v aEU � ro ao v _ arpw_-o ° ° v ro Eroo � 3 ° c ° ° oaUcz > o M u - c c v v o voi 2O m van In u m QU > d E E ms Q m0 Q V vv CHANGES TO THE AGENDA Citizens wishing to address the Council will, at this time, make known the subject of interest, so all may be properly heard. jA) FROM COUNCIL, ADMINISTRATION, OR STA�f B) FROM THE PUBLIC i PUBLIC COMMUNICATIONS A) COUNCILMEMBER OATH OF OFFICE ," l� B) PUBLIC RECOGNITION C) COMMUNITY EVENTS D) NATIONAL NIGHT OUT PROCLAMATION E) PUBLIC SAFETY REPORT & SWEARING IN CEREMONY Kent City Council Meeting Date July 15, 2008 Item No. 6A - 6B CONSENT CALENDAR 1 6. City Council Action: Councilmember moves, Councilmember seconds to approve Consene Calendar Items A through I. Discussion Action C L b l N1 Lam' I6A. Auuroval of Minutes. Approval of the minutes of the regular Council meeting of July 1, 2008. 6B. Approval of Bills. Approval of payment of the bills received through June 15 and paid on June 15 after auditing by the Operations Committee on July 1, 2008. Approval of checks issued for vouchers: Date Check Numbers Amount 6/15/08 Wire transfers 3301-3318 $6,231,128.21 6/15/08 Regular 621313-621850 3,250,018.70 Void Checks 621326 & 621756 (357.11) Use Tax Payable 3,771.17 $9,484,560.97 Approval of checks issued for payroll for May 16 through May 31 and paid on June 5, 2008: Date Check Numbers Amount 6/5/08 Checks 305175-305479 $ 247,738.22 6/5/08 Advices 231302-232043 1476,208.78 Total Regular Payroll $1,723,947.00 Interim Payroll (void & reissue) Check Void 304083 ($46.51) 5/22/08 Check Issued 305174 $46.51 $0.00 Approval of checks issued for payroll for June 1 through June 15 and paid on June 20, 2008: Date Check Numbers Amount 6/20/08 Checks 305480-305803 $ 239,074.77 6/20/08 Advices 232044-232790 1470,001.99 Total Regular Payroll $1,709,076.76 Kent City Council Meeting KENT W A S H I N O T O N July 1, 2008 The regular meeting of the Kent City Council was called to order at 7:00 p.m. by Mayor Cooke. Councilmembers present: Albertson, Clark, Harmon, Ranniger, Raplee and Thomas. (CFN-198) CHANGES TO THE AGENDA A. From Council. Administration, Staff. (CFN-198) No items were added. B. From the Public. (CFN-198) Continued Communications Item 10A was added at the request of an audience member. PUBLIC COMMUNICATIONS A. Public Recognition. (CFN-198) There were no items of public recognition. B. Community Events. (CFN-118/198) Ranniger announced 4t" of July activities, the summer concert series, and the farmers market on Saturday. Raplee announced events and entertainment at Cornucopia Days. Parks and Community Services Director Jeff Watling announced that Lori Flemm, Superintendent of Parks Planning and Development, recently received a Citation of Merit, which is given to one professional from the state per year, and recognizes her for what she has done for the profession for over twenty years. C. Suburban Cities Association Update. (CFN-198) Karen Goroski, Executive Director of the Suburban Cities Association, gave an update of the purpose and activities of the Association, including long range goals and the creation of public policy positions. D. Employee of the Month. (CFN-147) Public Works Director Larry Blanchard announced that Laura Haren, Public Works Storm Facilities Technician, has been chosen as Employee of the Month. Her supervisor, Greg Reed, pointed out Ms. Haren's willingness to help out, her successful development of the Fats, Oil and Grease (FOG) program, and her mentoring, among other things. iADDED ITEM Chamber of Commerce Executive Director. (CFN-198) Mayor Cooke introduced the new Executive Director of the Chamber of Commerce, Andrea Keikkala. E. Economic Development Report. (CFN-825) Kurt Hanson outlined new businesses which have recently opened in Kent. F. Kent Events Center Update. (CFN-1305) Ben Wolters noted that the project is approximately 60% complete and that the opening date will be no later than January 2, 2009. He reported on a budget request for $5,900,000 for the facility, noted that Requests for Proposals from concessionaires are due this week, and said the Kent School District plans to have all 2009 high school graduations at the Center. 1 Kent CityCouncil Minutes Jul 1 2008 Y , CONSENT CALENDAR Raplee moved to adopt Consent Calendar Items A through N. Clark seconded and the motion carried. A. ARDroval of Minutes. (CFN-198) The minutes of the regular Council meeting of June 17, 2008, were approved. B. Approval of Bills. (CFN-104) There were no figures for approval. C. Department of Social & Health Services Interlocal Contract Amendment for Safe Havens Services. (CFN-118) The Mayor was authorized to sign the State of Washington, Department of Social & Health Services Interlocal Contract Amendment, for $50,000 to fund Safe Havens services, and the expenditure of funds in the Safe Havens budget were approved. D. Home Investment Partnerships Program Interlocal Cooperation Agreement with King County. (CFN-118) The Mayor was authorized to sign the 2009-2011 HOME Investment Partnerships Program Interlocal Cooperation Agreement with King County for affordable housing programs, subject to final terms and conditions acceptable to the City Attorney. E. Around the Clock Lease Agreement. (CFN-239) The Mayor was authorized to sign the lease agreement with Around the Clock to rent the City-owned building located at 422 West Titus Street. F. King Conservation District Reimbursable Grant for ReLeaf 2006. (CFN-1246) The King Conservation District grant of $9,718.36 to fund the ReLeaf 2006 project was accepted, the expenditure of funds in the Clark Lake Management Plan budget was approved, and the Mayor was authorized to sign all necessary documents. G. Easement Agreement with WV68 for Landscaping Puget Trail Property. (CFN-118) The Mayor was authorized to sign the easement agreement with WV68 for landscaping a portion of the City's Puget Trail property, subject to final terms and conditions acceptable to the City Attorney. The City's property is currently covered with invasive plants, primarily Himalayan blackberry, and the landscape buffer would not impact the trail system. This arrangement is similar to a landscape buffer previously granted to the Boeing Gateway Business Park. H. Easement Agreement with WV68 for Fire Truck Turn Around on Puget Trail Property. (CFN-118) The Mayor was authorized to sign the easement agreement with WV68 for a fire truck turnaround on a portion of the City's Puget Trail property, subject to final terms and conditions acceptable to the City Attorney. A fire truck turnaround is required as a condition of the building permit. City staff suggests granting an ease- ment on a portion of the City's property for the fire truck turnaround and would be granted in exchange for WV68's maintenance of the easement areas and the City property located between the Puget Trail and the easement areas. 2 Kent City Council Minutes July 1, 2008 rI. Maintenance Acireement with WV68 Landscaping on .Puget Trail Property,e e v (CFN-118) The Mayor was authorized to sign the maintenance agreement with WV68 for a portion of the City's Puget Trail property, subject to review and approval by the City Attorney. The Council is granting WV68 a landscape easement and a fire truck turnaround on City property in exchange for WV68's maintenance of the easement areas and the City property located between the Puget Trail and the easement areas. This maintenance agreement includes the terms for such maintenance. J. Commute Trip Reduction Agreement Amendment. (CFN-171) The Mayor was authorized to sign the Amendment to the Commute Trip Reduction Implementation Grant Agreement, with the Washington State Department of Transportation, upon concurrence of the final terms and conditions by the City Attorney. K. 2nd Avenue & Harrison Street Improvements fund Transfer. (CFN-1298) I The Mayor was authorized to transfer $800,000 from the remaining 228th Corridor West Leg project funds to the 2"d Avenue - Harrison Street Improvements portion of the Town Square Plaza Project to fund those street improvements adjacent to the Town ISquare Plaza Project. L. Limited Street License with Level 3 Communications, LLC. (CFN-274) The Mayor was authorized to sign the Limited Street License Agreement between the City of Kent and Level 3 Communications, LLC, upon concurrence of the final terms and condi- tions acceptable to the City Attorney- M. Limited Street License with AT&T Corporation. (CFN-274) The Mayor was authorized to sign the Limited Street License Agreement between the City of Kent and AT &T Corporation, upon concurrence of the final terms and conditions acceptable to the City Attorney. N. August 5, 2008, Council Meeting Time Change. (CFN-198) A change in the time of the August 5, 2008, City Council meeting from 7:00 p.m. to 5:00 p.m., was authorized and the City Clerk was directed to give notice of the time change in the same manner as a special meeting. National Night Out is an annual event designed to bring neighborhoods together for community enhancement and crime prevention. National Night Out occurs on the first Tuesday in August, which conflicts with the City Council meeting scheduled on the same night. OTHER BUSINESS A. Meridian Banks Rezone Ordinance. (CFN-121) The Council is considering adoption of an ordinance relating to land use and zoning, specifically the rezoning of one parcel totaling 6.3 acres of property from Single Family Residential 4.5 units per acre to Single Family Residential 6 units per acre. The property is located at 25840 135th Lane Southeast. The Kent Hearing Examiner held a Public Hearing on February 1 and February 15, 2006; and May 10, May 23, and August 15, 2007. The Hearing Examiner issued Findings, Conclusions, and a Recommendation for approval on October 15, 2007. 3 I Jul 1 2008 ' Kent City Council Minutes y , On November 20 2007 Council voted to remand this matter back to the Hearing Examiner. At its next meeting, Council passed Resolution 1774 that included the specific rezone issues to be considered during the remand proceedings. Prior to any remand proceedings being held, a lawsuit was filed in Superior Court by the owner of the Meridian Banks site asking the court to stop the matter from being remanded back to the Hearing Examiner. In January, 2008, the court ordered the City not to take action on the rezone until further order of the court. In February, 2008, the court issued another order allowing the Council to vote on the merits of the rezone applica- tion. This order was appealed by the owner to the Court of Appeals and a stay was 1 entered, again, not allowing the Council to take any action. Pursuant to an agreement between the City and the owner, the court has issued an order allowing the Council to vote on the merits of the rezone application. The City Attorney explained the quasi-judicial process and the factors for Council- members to consider. He determined that there have been no ex-parte contacts. Lydia Morehead of Community Development gave a brief staff report. Albertson moved to approve the Findings, Conclusions and Recommendations of the Hearing Examiner on the Meridian Banks Rezone and to adopt Ordinance No. 3885. Raplee seconded and the motion carried with Thomas opposed. REPORTS A. Council President. (CFN-198) Raplee encouraged citizens to consider the reason for the 4th of July holiday. i B. Mayor. (CFN-198) The Mayor thanked all who participated in the dedication of ■ Town Square Plaza, and reported on meetings she has recently attended. C. Operations Committee. (CFN-198) No report was given. D. Parks and Human Services Committee. (CFN-198) No report was given. E. Planning and Economic Development Committee. (CFN-198) Albertson noted that the next meeting will be held on July 14 at 5:00 p.m. F. Public Safety Committee. (CFN-198) Harmon noted that the next meeting will be a special meeting at 4:30 p.m. on July 8th. G. Public Works Committee. (CFN-198) Ranniger noted that the next meeting will be held on Monday, July 7, at 5:00 p.m., and that Councilmember Clark will attend in her absence. H. Administration. (CFN-198) CAO Hodgson reminded the community that the August 5, 2008, Council meeting will start at 5:00 p.m. so that Councilmembers can attend National Night Out festivities, and that there will be a special Council meeting at 5:30 on Tuesday, July 8, to interview candidates for the vacant Council position. He also noted that a levy project is underway along the Riverbend Golf Complex, which will affect the trail. He added that the golf course will be impacted until it's 20th anniversary next spring. 4 Kent CityCouncil Minutes July 1, 2008 CONTINUED COMMUNICATIONS ADDED ITEM A. Employee of the Month. (CFN-198) Charlie King, 26201 Military Road South, Kent, noted that Merrill Vesper of Public Works has been the contact person for residents of the area regarding an LID for sanitary sewers. Speaking on behalf of many West Hill residents, she commended Vesper for preparing and making documents 1 available, for coordinating meetings between the residents and city staff, for never taking sides, and for making the residents feel that their voices were heard. She urged that Mr. Vesper be nominated as Employee of the Month. Hodgson agreed to provide Ms. King's letter to the Employee of the Month Committee. ADJOURNMENT The meeting adjourned at 8:22 p.m. Brenda Jacober, CMC City Clerk 1 1 5 Kent City Council Meeting Date July 15, 2008 Category Consent Calendar - 6C 1. SUBJECT: TRACT X/HALEY'S RIDGE SUBDIVISION - ACCEPT 2. SUMMARY STATEMENT: Authorize Public Works to record a release of a Tract X easement, King County Short Plat 776021, subject to approval of final terms and conditions by the City Attorney and the Public Works Director. A pending application for Haley's Ridge Short Plat requires the applicant to obtain the release of this ingress/egress easement for future dedication to King County as a county road. The Tract X easement is shown on page two of the short plat recorded November 18, 1978. 3. EXHIBITS: Release of easement, Haley's Ridge map, Short Plat map, and King County Short Plat 776021 4. RECOMMENDED BY: Public Works Committee (Committee, Staff, Examiner, Commission, etc.) 5. FISCAL IMPACT Expenditure? No Revenue? No Currently in the Budget? Yes No 6. CITY COUNCIL ACTION: tCouncilmember moves, Councilmember seconds DISCUSSION: ACTION: ' 6 r WHEN RECORDED RETURN TO: Property Management City of Kent 220 Fourth Avenue South Kent, Washington 98032 1 Grantor: City of Kent rGrantee: Haley's Ridge LCC, a Washington Limited Liability Company Reference No. 7812131001 Abbreviated Legal Description: PTN NE NW, 32-22-05 Additional Legal Description on page 1 of Document. Assessor's Tax Parcel ID No. 3222059147, 3222059148 & 3222059098 1 rRELEASE OF RIGHT TO ROAD DEDICATION WHEREAS Kin Count Short Plat No. 776021 with Kin County Recording No. 9 Y � 9 Y 9 7812131001, includes a grant of right on page 4 of 6 providing that "[i]n the event such private road is improved to King County standards for public streets and the County is willing to accept the dedication of such road, each lot owner shall execute any documents necessary to accomplish such dedication;" and WHEREAS, the City of Kent has annexed the real properly discussed above and is now the successor to King County's interests in the right described above. The City of Kent has determined that right to future road dedication is no longer needed. rRELEASE OF RIGHT TO ROAD DEDICATION- Page 1 of 2 (Haley's Ridge LLC and City of Kent) r r 7 The City of Kent hereby releases the right to future road dedication granted in ' King County Short Plat No. 776021 over Lot 3 and Lot 4. GRANTOR: Its: Date: STATE OF WASHINGTON ) ss. COUNTY OF KING } On this day of , 2008, before me a Notary Public ' in and for the State of Washington, personally appeared , to me known to be the of the CITY OF KENT, a Washington municipal corporation that executed the foregoing instrument, and acknowledged it to be the free and voluntary act of said municipal corporation, for the uses and purposes mentioned in this instrument, and on oath stated that they were authorized to execute said instrument. -Notary Seal Must Appear Within This Box- IN WITNESS WHEREOF,I have hereunto set my hand and official seal the day r and year first above written. NOTARY PUBLIC, in and for the State of Washington residing at My appointment expires 1 1 P:\Civil\Files\OpenFl les\0177-2008\Haley'sRldgeRelease0f rractXRlg ht.doc RELEASE OF RIGHT TO ROAD DEDICATION- Page 2 of 2 (Haley's Ridge LLC and City of Kent) S r HALEY'S RIDGE A PORTION OF NE 1/4 OF THE N 1 4 OF KING OUNTY.T WASNIINCTON N01YTH, RMIGE 5 EAST. W.M.• CITY or NW 1��PER• Off 3/.2UlUfnl OlF)f A 2r9 _ N BT36'3Y N 2800.75e 29 166E 6T AC) L PON PK 1 F0 1,1/2 BRASS O=,N CASE / y HEL I w 1 oe SWOON REG.KNE7 80002200T70 i LD-r 2 TRACT''nMRT PLAT 776021 '1 1 txl6»Na sEWEn EA.•ENFiJt N B8.00'57- W 620.35' (LEM) G I�aEmaoua Na xao7o7ttoom]o N .W 620 $1 1 1 r / It 1 1 j 16 PU uc i I 3w Bu¢ a OF 6'tI j TRACT B TRACT A sr MAW 1 (y 6 o11ri sr B o 1 I W 1<1! 1 10• p euc wE11T sl• TOM sr IV I 1 15 a l voNo 1 1 2 H i W �p �tet obi 20 1 v I to O 1 I � 6 s> 18 14 ) ) a tt�tt PxiiP-'� W s•� I • I / 1 17 1 PARCELS 1 —m 1 /� �♦ r ' --- ---- -- la , y[J.N 1 / PARCEL � �_ — _�/ W — Iw / 3 l o as m 1 b 1 14 s 6 N ` 6 OF e) / W( 1 N wo7'o1w W SE 273RD COURT --- — ^-- -- / 5 0 i �r RACT D N' 10' -� '� ' NN Sy 1 INT (, -,t a1 5E'EttNtB �7� z I 13 a aF 10 sNrzf 6 of 6) 4 f"X .5„Y 1 1 13 12 1) IS, E 9 8 I 7 5'4;T 6 11F 6) 4 1 N 89'20'41' E 139.52! N 8g 49 E 181.50' N 59.4r • _N 81f25'31- E ,� _— N BCoI'SI-W sO�s•tam), eE cONNEtt OP AIE NE 1/6 ,Sg SW WRNER OF iNE NE 1/4 SDOfN UNE of 71+E!R 1/4 ON 32 t/4 OP 111E MW 1/s, N I Z 1/�OP tNE NW 1/4. OF 1NE NE 1/s Di TN!NW,/t. zx '32 TRACT"x'KC SNORT PLAT 776021 ,1 RM Bow PER Rog 2004121410 277 TH STREW — _ �. E f01.w0 IYTY 0P KIXf)7Sa2 USE E�I_1257.0169 / 32 f01Rm Y WON PUK f/!•pOWIFR.BECMN]2 —N se•17.21-W I603.46'(AC)(Ep1) WON COPPER TACK,I aM,EO PFfI PLAT OF'AONlNN LIEN' POR CENrtR 01 1 r n yUgWEYOft'S Nlx>=s `7 r r 10 WHEN RECORDED RETURN TO: Property Management City of Kent 220 Fourth Avenue South Kent, Washington 98032 Grantor: City of Kent Grantee: Haley's Ridge LCC, a Washington Limited Liability Company Reference No. 7812131001 Abbreviated Legal Description: PTN NE NW, 32-22-05 Additional Legal Description on page 1 of Document. Assessor's Tax Parcel ID No. 3222059147, 3222059148 & 3222059098 RELEASE OF RIGHT TO ROAD DEDICATION WHEREAS, King County Short Plat No. 776021, with King County Recording No. 7812131001, includes a grant of right on page 4 of 6 providing that "[i]n the event such private road is improved to King County standards for public streets and the County is willing to accept the dedication of such road, each lot owner shall execute any documents necessary to accomplish such dedication;" and WHEREAS, the City of Kent has annexed the real property discussed above and is now the successor to King County's interests in the right described above. The City of Kent has determined that right to future road dedication is no longer needed. RELEASE OF RIGHT TO ROAD DEDICATION- Page 1 of 2 (Haley's Ridge LLC and City of Kent) i 1 11 ' The City of Kent hereby releases the right to future road dedication granted in ' King County Short Plat No. 776021 over Lot 3 and Lot 4. GRANTOR: ' • By Its: Date: STATE OF WASHINGTON ) ss. ,COUNTY OF KING ) On this day of , 2008, before me a Notary Public I in and for the State of Washington, personally appeared A, to me known to be the of the CITY OF KENT, a Washington municipal corporation that executed the foregoing instrument, and acknowledged it to be the free and voluntary act of said municipal corporation, for the uses and purposes mentioned in this instrument, and on oath stated that they were authorized to execute said instrument. -Notary Seal Must Appear Within This Box- IN WITNESS WHEREOF, I have hereunto set my hand and official seal the day and year first above written. NOTARY PUBLIC, in and for the State of Washington , residing at My appointment expires P:\Civil\Flles\OpenFlles\0177-2008\Haley'sRidgeReleaseOrrractXRight.doc RELEASE OF RIGHT TO ROAD DEDICATION- Page 2 of 2 ' (Haley's Ridge LLC and City of Kent) ..... ..... TW REVISION SHORT PLAT NO 71(LO21 T.-u- R-A_ KING COUNTY, WASHINGTON CD CM This space reserved for APPROWL I r*cord&r',w use Dejortmont of Planning and Com-ity Vawelopmnt J. suildbw and ram Development Division 0 Cliraminad 8" appmVed thle A-day of o Sl Mwn onvem 19 1:2 It-,e4,1Z 4-le A::rl 93Z L Mwoggr, ftUding & Land %_v*1QVNm&t DIVIS101fl a- CP Departawnt, of Public No rkx Examined and approved this day of C!Z Filed for record at th- requamt of. Director WuIiam 611-rd Name vapartAwnt of A"esSMnLs Examined and approved this day of Return t^; D"Iding A Land DaMup""t A A 460 XC Adagnieftution SM9 a". SeaftZa, Washington 98104 VajiutV Assessor IjF ^_NW LEGAL DESCRIPTION TOTAL PARCEL: The north 334-74 ft- of the South 354.74 ft- Of the N8 Of the M- of the NW+ of Section 32, Township 22 North, Range 5 East, W.H., it King County, Washington, except east 30 ft. conveyed to King County for road by deed recorded under Auditor's File No. -739778. - ft of the south he E*LOT 1: The north 257.71. �54-74 ft- of the NE4 Of t N of the N0 of Section 32, Township 22 North, Range 5 East, W.M. in King County, Washington, except east 280 ft. thereof, together with an ease- ment for agrees, ingress, and utilities over, under, and across north 30 ft./under Auditor's File No. 7608050662,,of west 250 ft. of east 280 it. including that portion lying northeasterly of an arc of curve having a radius of 25 ft., said curv6 being tangent to south line of said north 30 ft. and being tangent to west margin of 108th Ave. SE. Nov 2 ,1 SP map an falls In Vault R F C 0;:,"t Ayc MORN Ml AT ZC Tue north 77 ft. of south 97 ft. of the M of the M of the NO 'of Section 32, Township 22 North, Range 5 east# W.M., in King County, Washington, except east 280 ft. thereof,together with an easement for egress, ingress, and utilities over, under, and acron, north 30 ft. of 4 South 5o ft. nt vast 250 ft. of east 280 !t* therect..1noluding that per- Al, . C tiou lying Southeasterly of the are of a curve.,having a radius of 25 ft.,,V) T_C said curve being tangent to north line of said north 30 ft. and being tangent to west margin of 108th Ave. S& LOT 3: The east 280 ft. of the north 174-74 ft- of the south 354.74 ft. of the Mss �� 4 rS , EJ of the NE* of the MV4 of section 32, Township 22 North, Range 3 east, W.M., in King County, Washington, except east 30 ft. thereof for County roadrecorded under Auditor's File No. 2?39?78,,subject to an ease- ment for egress, ingress, and utilities over, under and across north 30 ft.,r under Auditor's File No. ?608050662 thereof,including that portion lying northeasterly of an arc of curve having a radius of 25 ft., said curve being tangent to South line of said north 30 ft. and being tangent to West margin_of IOL a Ave. BE, LOT 4: The east 280 ft. of the north 160 ft. of the south 180 ft. of the NO of the NIk of the NW-4 of Section 32, Township 22 North, Range 5 East, -All W.M., in King County, Washington, except east 30 ft. thereof for County road recorded under Auditor's File No. Z739778ppsubject to an easement for egress* ingress, and utilities over, under, and across south 30 ft. thereof, including that portion lying southeasterly of an are of a curve having a radius of 25 ft., said curve being tangent to north line of said 30 ft. and being tangent to west margin of loath Ave. SS. N P Sb*xt PIAC Not Matt PdA,-f-6- 7, A 1- 6.- mrin mp, M W". RSE-1 ' ';'`; tl�t�railr�� K%v%5 l6un4y has AA bUild, ImProve. rI er 4+h"Culsc Sdrulcfa, servic-6 4t 44%e- Jac re PII pled skar-t jp.tat. C) A(A4W APAVOtt-0 JWC- St-ZZ-S 0".see- iv.zs-r ' _ S.E. 272 n.l—�J1. _.` Y Clq ;0 III Lo 10 100 e-TT.ebir. V5 4- IA X-f CC,l, �L Uw OF'EL Wfwcrgt.WJ4..mmt zo, gAiesnemr in r t4 +CWL n. WK r-e'.um of U-;�—OF ger 'X--W 1.4 Map an Fll* III V41012 Lulumvn ALLAab' 2-1 103rA PL &.E. f!5 SL -114411 scale: ifI 0 A paga J—pt-j- Zwn flat jm# -7-4c 0& I"T III ,I 1 1 1 !111 Im l{! ^ ,P+h„.`t9rY/ � �,•S' $�l` n gSisi'Saulro01 A .d yS1i v - j•:,fir%/:y '� � { �?, R �,� }}ppfh4+ pPdAMA1'ION OV COVZXMV1' NIQUIR Mti PdIVA'R CONSVM TZM AND I LUn a o1 SNORT PLRT APPPAM PRIVATE lAMI AND QIMATION COOM 1MP11 `. a AMIRS9 by RIM COMI". •3r 'Declaration of Covenant i "In consideration of the approval by Xing County of short plathon r^- i ,mwn thp-2 1 -.-, which said plat eraatea the lour) described as a1. 3-34 79' o e 5, 3S•A0r711' o F a!e M 4E.'-nOAf 3.- 7Wt �t1 , l2 ��='� w.,yy• E Itc�I+7' r,03� 3a' �, Nr7�r✓ea r rr&X d7x+Fosdr Coal v&yOfi To XnU6 eou R/+y srv,t RaAO ,.. 6y u,AMR! AuAi reef Arce ,vn. 736 718 04 ~ the undersigned convenants and agreoi thato ' "1. The owneris) of the aforedeseribed prop-rty or of any lot which. has been or is subsequently created on said property shall be responsible for the financing for construction and maintenance cf all private toads within said short plat. • ' "2. The roaO. shall be improved consistent with King County standards =' for short plat private reads. "3. Maintenance methods, standards, and financing shall be In a manner determUed by the owners of a majority of the square footage of builda)•lo '..Ad within such aforedescribed property. { 3` *4. in the event such private road is improved to Ming County stag- `'•,= dards for public streets and the County is willing to accept the dedication of such road, each lot owner shall execute any documents necessary to accomplish such dedication. <i "5. owners of lots within the above referenced short plat, who are ' served by such private road, may sue and recover from any owner of any , r. lot within the short plat which is aimillarly served who refuses to participate in the road construction, financing, and maintenance. Such " m .arm who refuse to share the coats under the percentage set forth above shall be liable for any attorneys fees. sF "6. Warnings wing County has no responsibility to build, improve, z •�; maintain, or otherwise service the private roads contained within or providing service to the above referenced property.' „i. :i,• owner a :�•, ;t. STATE OF WASHINGTON) i COUNTY OF XrNG ) as �'�'•: N On is day personally appeared before ma rag r to me known as the avI va s) aesar`1D "La ;• gfx an w o execute r e -WI and foregoing instrument and acknowledge that R they signed the same as their free and voluntary act wnd do", for the �t ` uses and purposen therein stated. `' Given undo my hand and official seal this :< day of he , 19ZOin am ras 1PA10, i, ,3 :� _. r, o aahiagton, residing at •:,,,,., GPUI3L:u ',4 ~err 3 dbore r2st Not pegs •�'i.i,A ' �d• 1 y ^•s 1,•• .•n�` ��. '•'Y.,#Y'FF+l.r�• 1 VF•'fP^:•`h •' ems, - • V a4h' ERCLA RATICK: Know all men by tbeve presents that we, the undersigned, awaor(s) In too simple (and contract purchaner(s)]of the land herein described do hereby make a short subdivision thereof purevan t to AM 58.17.060 and declare this short plat to be the graphic representation of BAMS, and that said short subdivision in made with the free consent and In accordance with the desire of the owner(s). Y ' & and aeals. in wi where we have.0 Pxn: f h t oul him CYY 44/4 7, C\1 e f%- ce, Name New None STATE OF WASKINGrON.J.. county Of Finn On this day varevoglig, appeared before mr WIM= X*Rov*31 Wedria 14 How U is j WInlan R. AU*iod. and Owen Allard to me Jiumn to be the Indirldwa described in and who executed the within and fbv"*Ug ,v instrument, and acknowledged that thee _signed the saws ax five and voluaftry act and deed, for the uses and purposes thersin motioned. GIVEN under my hand and official seal this *zg 78 ve "45C.0 C) L av o hington, ' at Yenta Wanhingbon C. 0-- 4. STATE OF NAMINOWN,l 04 A county of illy Vj" On this dog personally appeased b@f0ZV M& a. ;;I-W— in and who executed the within and 40"Yoliv .4,• ;fi to me Amom to be the individual des instrument, and aeftowledged Umt signed the sass as and vol-t-V ;= a" act and dead, for the uses and vu- ,a mentioned. GIVEN under xy hand and official Real this day of 19 ffo*=V public ix and for the State ;f-Washing Me residing at, Short Plat Number &M , IN loll 11011111111 4 a u .h y.LNN4 g mlti `f �7'Y.k.. 7�aF b•�..lj�, .v+w+,�r..:7,;,'��1+'�� .4 , j y :F MCLANATICK: Snow a11 men by those presents that we, the =darslSaipd, owaer(s) in fee simple Iand aonaraot pwrabaeer(s))of the land herein dweribed do hareby r mate a short subdivision thereof parsmat to KJ $6.17.060 and declare this abort plat to be the graphic representation of sans, sad that said `t short subdIvIsios is made with the free consent and is accordance with the desire of the oener(e). ` In witness whereof we have set our kinds and weals. t Rainier National Bank, Kent East office Nun �Y_ ! r Aaat. Leh;or tame nuns _ Rainier National Bdudt is ahOM in second lion ooaition With Dead of Trust dated ame MY 21, MIS Ram t'— SCATS cw AAuffma . j OCounty of King f a< 7 to" 2Sth dP of October �9 78 bdow mG the aadevip , i< e� a Motaty ldiio in and for the State of Watldnatoo,deny o mmbdoned emd s„ea,pemaa4 appeared ' Jackie Goetting emd riaL Johnson CV to me known to be the Asst. Casmomw and Vets ger leuaa xmwpeafvelf of Kent East Office r aAINIER NATIONAL BANK Nt die eat on dot eaea fed die foregoing kwwmoaw tmd Kkwwkdged the rdJ ho rmemt to be the fine and wam q ~ earporetioo,for tie are and(capers,herein mentioned,and on oA rtatad diet rP the:acid'.o#nasmt and tat t.le wed aff=d (if any)is the mtpseate said aorporuioo. v`'t •. a cad otbdd seal beteto offend d w daf and ycu fixa_4bm vrictea MAW Prb' f w ebr$rery of irarbh.pm j v�tl�trL�iwaa. .o.umu'nw rrud+xa d�• v, .r rV a; STATE 08 WABBINOWN,countv of i on this day parsoaally appeased Aetlore so t ;Y. Ca fee iCJlt7alh to eta tha UdIVIdual dMerrtbed Zi and arho &=Kmtod the 101thitt and OrejpDlR(t ' inatrettttadstr And 8o%bW1sdPa4 that signed the our as flea and volantasy ti act and dead, !or the was and ynrpeaas�thaseia ssntlaced. GIVEN under my hand and oftlolsl saal this day of . 29-- fi ro" P0,110 is mad &r the,st ata of sashi»gtat, r seddtny at 1 S4 i low Short Plat Number Z-m gAi r'h1"Yqf�:"� ��• �49'��it. �• Mai'974' 'lv.'+ �"�ia'Y! .rtfl..�,.l���M• �,� •. �,('.'• .. .-'. �: ri�Yy w;' r I 19 SHORT PLAT NO 1752aZ T. KING COUNTY, WASHINGTON This space reserved for APPRMAL recorder's use Departmnt of Planning sad Community Development d Building and farad Development Division M I llxeatalna^ and approved this day of Ad:D 0 Manager, Building i Land Davviopmat Divisio tv u� 0 Department of Public Works 0 Examir..d and approved this _ day of 13 Piled for record at the 4�. request oft D rector M .liam Allard a„d r Kane Department of Assesseenis Exaauned and approved this , day of � � �C'.7-��if!� • 19�a � R+turn toe Building 8 rand Development As sor 8 450 X0 Ad 1n{stz%:tion Bldg 1 a Seattle, Aaehirtgton 88104 t— Deputy Assessor NEB 3s st ex'-Q a 99' f LEGAL DESCRIPTION TOTAL PARCEL: The north 334.74 ft. of the south 354.74 ft. of the NEB' of the NEZ- of the NO of Section 32, Township 22 North, Range 5 East, W.M., in Sing County, Washington, except east 30 ft. conveyed to King County for road by deed recorded under Auditor's File No. 2739778. i r LOT 1: The north 257.74 ft of the south 354.74 ft. of the ni- of the NEJ of the NO of Section 32, Township 22 North, Range 'j" East, W.M. in Sing t County, Washington, except east 280 ftb thereof, together with an ease- meat for egress, ingress, and utilities over, under, and across north 30 ft y under Auditor's File No. 7608050662,,of west 250 ft. of east 260 ft. thereof including that portion lying northeast?rly of an arc of curve having a radius of 25 ft., said curve being tangent to south line of said north 30 ft. and being tangent to west margin of 108th Ave. SE. Map an File in Vault t� i s. ; i'b,;,,r• •C•� CM;!�7 +`�V'W,r9°,;�`:";'Fss'"n•f 5•,tl"y,�•�;� "' 3y, M. s IAT 2: The north 77 ft. of south 97 ft. of the NEI of the NEB of the NO of Section 32, Tow..ehip 22 North, Range 5 east# W.M., in King County, Washington, except east 280 ft* thereof,together with an eam meut for egress, ingress, and utiliti.es over, under, and across north 30 ft. of South 5o ft. of pest 250 ft. of east 280 ft. thereol including that por- tion lying Southeasterly of the are of a curve having a radius of 25 ft., sai_ curve being tangent to north line of said nor;,h 30 ft. and being tangent to west margin of 108th Ave. SE. LOT 3: The east 280 ft. of the north 174.74 ft. of the south 354.?4 ft. c?) of the NEk of the NEB of the NWJ of Section 32, Township 22 North, Range IV 5 east, W.M., in King County, Washington, ex•:ept east 30 ft. thereof for CO N County road recorded under Auditor's File No. 2739778lsubject to an ease- .' ooD ment for egress, ingress, and utilities over, under and across north 30 ft.,, under Auditor's File No. 760803066Z thereof including that portion lying northeasterly of an arc of curve having a radius of 25 ft., said curve ® being tangent to South line of said north 30 ft. and being tangent to r = west margin cf 108th Ave. SE. LOT 4. The east 280 ft. of the north 160 ft. of the south 180 It. of the Uk of the Na of the NWT of Section 32, Township 22 North, Range 5 East, W.M., in King County, Washington, except east 30 ft. thereof for County .. road recorded under Auditor's File No. 2739778r subject to an easement for egress, ingress, and utilities over, under, and across south 30 ft. thereof,. including that portion lying southeasterly of an arc of a curve having a r radius of 23 ft., said curve being tangent to north line of said 30 ft. and ;. being tangent to west margin of 108th Ave. SE. r r• short plat No. 11U= page •y`:�,t•:�_� �' !{ . }_ .• - .`tea :'>E • ' 77 Ktoq Ciiun4y hai t%a ire-cp e.AIW3 fa build, I'MAprave 4 pnj4*e rwids f-ont&iAttd w4horN or pr40%cl't" servt(-& 46 44%& 414W 010AV%-P MC. XX-ZR V iwr- sx-ma-r ;13L r-.J Ito cm CV ZO 9A4 e I"V1J'r TVZAqLT- W- a 5- IdS LOT' I ti o r Lor X ----- -- - - - 40' FA&C-An i�. � ' 7."-4r Map an File In V&Utt WfLJtAin E. A LLA Eb DtYectien: W c , T-L I-L I 103rA PL. S,E- hwr w PAA i t3&Tt A) ct Cni 95%�Aqqa sc*le: o A%"* plat sm 77 1A.O 2-1 raq*J-11f-jz- ROME •I ;, t„, .S,y , , .,c,Ir ,�..,^sl,.. ...wait'•.,": ,,r MONN ,y Nriiur+gwiuriiwii�a�.� �• .! •.�•,. , DSCCta"TtrN OF COVR mo RZQMMMB px.MTt ilpA� OF SSOAF FIAT ApPWM P2MTX WAD, AND DIMZCII'h ZM TO TRli COMM1A03 RQ i '111 Rnn sY xm COiJ m. "Declaration of Covenant "in consideration of the approval by Ming County of abort plat which said plat creates tLe lobs described as f 1c` Owl z / v r- .t16�4' O� •td kF o1G [{ A/. 334 A/� D F 5. A S kJH.7-V� 0 6 ,V E•/4 Secr)*" 3?- TLtrp -..1AJ S'eJ G"'UT aO r j7#We*o NEFAFOIV`doe C-6;oeoyov ra .C/d/6 couR/ry9 ,tap /tO oaf OGEQ B4eo0tOEd 44joe' .0p 1,fVef Face•' AW, the undersigned convenants and agre,0- that: 11. The owner(s) of the aforedescribed property or of any lot which. has $jean or is subsequently created on said property shall be responsible C,) for the financing for construction and maintenance of 412 private goads = N within said short plat. "2. The road shall be improved consiatent with Xing County standards CV for short plat privates roads. ap "3. Maintenance methods, standards, and financing shall be in a ^� manner determined by the owners of a majority of the square fcotage of buildable land within such aforedeseribed ps.Werty. f 4. in the event such private road is improved to Xing County star.- ` dards for public streets and the County is Milling to accept the dedication of such road, each lot owner shall execute any documents ents ( necessary to accomplish such dedication. "S. owners of lots within -bA above referenced short plat, who are served by such private road, may sue and recover from any owner of any 1 lot within the short plat which is similarly served who refuses to j participate in the road construction, financing, and maintenance. Such tt owners who refuse to share the costs under the percentage set forth above shall be liable for any attorneys fees. *G. !tanning: Xing County has no responsibility to build, improve, maintain, or otherwise service the private roads contained within or providing service to the above referenced property.' L r owners �- STATE OF WASHINGTON) e { COUNTY OF XiNG ) as IOn is day personally appeared before me n ru 44 /( , to no known as the Mt Tin w s ?n # and who execuuted M wits and foregoing instrument and ackaawladge that , ! they signed the same as their free and voluntary act and dead, for the uses and purposes therein stated. Given uncle my hand and official Seel this day of 6 r,l r/ , 14je �.-.... � •N•1• A. •! g0� 'rY e' or N o ashington, residing at ro short Pl*t Iro, Pg. 4_pt•SJ .S +h�,E •:;I � � ��i�'ti+s ,. , � , III M'`+ � N k rv. 1.�,.. r.... 4 r •n .f JtCt� ..' .AK 5 s .. ' Y :•^•T�•: h+ rtw..+rw..r«+.rr, .� ..�«�. -- ........w...� ..�.rw..�r«�ww.«.�r� - ..,�...r...�...�r�...«.� �,• • 1 COVEI+iANTB, CONDITIONS, AND RESTRICTIONS RUNNING 11iTR TIlB I.RND: That portion(s) of T arT )4:JJ�/01A Ave. S. which adjoins the subject surolvision is a Pablie r g t-o -way. it is described in the King County Comprehensive Plan as a "local access otreet or road" and is accordance with the standarde therein, may be rea,ired to be improved for future County street, road or thoroughfare. The owner, bin granteea aaf assilgns, hereby scree to participate in, and/or not oppose or protest, the formation of a County Road Improvement District (CRID) pursuant to RC4 36.88 or any Road Improve- ment project sanctioned by King County, which is designed to improve said street(s) and the Immediate street systems of which it is a part. Timing of the formation of said GRID or other road improvement' project s]iall be determined by Bing County. The street improvement t, authorized by the CRID or other road improvement project shall call 04 for the improvement of said street(s) and its immediate street system to at least the minimum King County road standards applicable to said ty street(s) and the immediate street system at the time the CRID or --other road project is formed; provided that, in situations where there , is a multiple ovaaership of properties participating in the formation e`..of the CRID, or other road improvement project, if a majority of the property owners want a higher standard, i.e., curbs, gutters, under- ground drainage, etc., that standard shall prevail. short P1et so: ` {�Qom^-� page , c skyv14u. ,tt•, "'� Y" '� ..a ,ia.wh,'�•.7 .a7'..',i^• ,t;'iR'SRd'74.S76rd �15.'� "ycw., mi 17 UECLAMTIOx: Know all men by these presents that we, the un.ersigned, owner(s) in fee simple (and contract purahaser(e))of th-% land herein described do hereby make a short subdivision thereof pursuant to 8CT 56.17.)00 and declare this short plat to be the graphic representation of same, and that said short subdivision is made with the free consent and in accordance with f the desire of the amer(s). r }[ In w• ,nos whereof we have e t our hands and seals. / Raffe Name Name -- _ Name xa = N N I STATE OF WASHINGrON, Co County et iCf ne I ( i _ On this day perseaallg appeared before ma Nilliaat K.HaseU. Nedra I. Hoven ijllitau $. Allard, and Owen Allard to aw kno m to be the tadividual described in and vho executed she within and fo,RegDing pe fnet.eum at• and acknowledged that they algned the same as _tb&j&fires and volum" f act and deed, for the uses and purpas»a therein meationad. GIVEN under my hand and official seal this 19tb"v of Mft .1g 78 . 4 �4'! '�•f�� �.. !c• n sad or the Statei/a�}birigCon, {p +.ti ,�! s rear or dents Washington .. t STATE OF WASHINGTON, County or on this day personally appeared before ow _ to we known to be the individual demartbed in and who executed the within and faregairig � _ icatrum me, and acknowledyad that signed the eam as free and aolmuzy act and deed, for tun was and puspases therein mentioned. GIVEN under my hand and official seal this day of Nota Public in and thr the Stab o Maahiitgtan, ry residing at " aoi } Short Plat Number 77160,21 •r. S•rr--. ,^:^Y"_ •'e''&"" -„h".,y +'*' .�' i-., i.�.x ya. i�^-t t.....Tf.i,t^^,__..T_. T.M C , pI13+ARATI�t gnaw all insa by those presents that we, the esdersirned, owaett(s) is toe simple (and oottraot purcbseer(s))of the land boreia desoribed do hereby mate a short subdivision thereat purswast to MQ 6E.'k?,0 W and declare this short plat to be the srapbio rePw~tatAM of same, and that said abort subdivision to faads With the tree coaoest and is aoa=ordaaee with the desire of the owair(s). In witnese whereof we have set our hands and eeais. ` Reinter National Benko Kent East Offios .... n , Ct3 !Heger ams Raw —.. Reinter Nattonel Bank is sham to second CO Ilan pos3ttan alth Coed of Trust dated ,=2 MY 211, NUM STATE OF WAS UNCTOU, CMAY of King 1 Olt this 25th a IQotaty pwk in and for the�of W&*igrm doff tom and mom.p d October moan„p c a the �'3ackis Gostting and Reg 3ohnson to no fawns;o be doe Rset• Cash oMm and ltels der 3 n wggtupadivdf,of Kent East Office SAINIEB NATIOW BAfit ' dam I 6*aza*W the fompias i wrume4 gada gal the said t�oent to be the hre and wlcmtrrp use;and Spam ad dust tb¢wd And(if��ciam dot wrpoftdom a and ofl[dd seat hano aLSsed the day and YM&tpbfte v N0far7- ""K" for Al Swe e/fl�mf+iu6tmy .if � `�iwbsa r.Nr.ww.•w adding,p STATE ar WABHINGTO11 county of on this day parsoaalle Opp""$bubs+s ww to me known to be the ladTIMM pricer ed In mad sat:at thin sod nor ng lnatromme, and so>oow►ledged ekst _sfpnad the saw as tree cad voluntary act end dead, :sr die war and#wposws thrtm:n mentioned. GIVEN wader se head and offlolal seal thls day of z llbtsn w ARM in and liar the State of tla shn'aytat, . � :'eeidittf rt i 4 f Shore `lat dumber ?2h QJ-f Ross of µ"t, '� `iY '�"�'�'kT�j,�'"^� a�.,ii 'rtyL.• :1^et.„yI `•.�e 2•"k^;�•It,. -i�'�.�rJ": i=yl d'.'rR�.•% '•L�' •s+d 44�?�,p1• . Kent City Council Meeting Date July 15, 2008 Category Consent Calendar - 6D 1. SUBJECT: DCI ENGINEERS CONSULTANT AGREEMENT, CONSTRUCTION STANDARDS - AUTHORIZE 2. SUMMARY STATEMENT: Authorize the Mayor to sign a new 2008 contract with DCI Engineers to complete work on a final draft for Construction Standards and Specifications. DCI Engineers has been working on the Construction Standards and Specifications for over a year. The initial contract for $30,000 has been exhausted due to the high number of comments and additions that City Staff had from the first draft. 3. EXHIBITS: Public Works Memorandum and Consultant Contract 4. RECOMMENDED BY: Public Works Committee (Committee, Staff, Examiner, Commission, etc.) 5. FISCAL IMPACT Expenditure? X Revenue? Currently in the Budget? Yes X No 6. CITY COUNCIL ACTION: iCouncilmember moves, Councilmember seconds DISCUSSION: ACTION: 29 • KENT W A 6 N 1 N G T O N CONSULTANT SERVICES AGREEMENT between the City of Kent and D'Amato Conversano, Inc. d/b/a DCI Engineers THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and D'Amato Conversano, Inc. d/b/a DCI Engineers organized under the laws of the State of Washington, located and doing business at 10900 NE 4th Street, Suite 1200, Bellevue, WA 98004, Phone: (425) 827-2238/Fax: (425) 827-8986, Contact: Debbie Wick- Harris (hereinafter the "Consultant"). I. DESCRIPTION OF WORK. Consultant shall perform the following services for the City in accordance with the following described plans and/or specifications: The Consultant shall provide support to the City for the response to the draft Construction'Standards Update. For a description, see the Consultant's June 17, 2008 Scope of Work which is attached as Exhibit A and incorporated by this reference. Consultant further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time those services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon the effective date of this Agreement. Upon the effective date of this Agreement, Consultant shall complete the work described in Section I by March 31, 2009. III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed Eighty Thousand Dollars ($80,000.00) for the services described in this Agreement. This is the maximum amount to be paid under this Agreement for the work described in Section I above, and shall not be exceeded without the prior written authorization of the City in the form of a negotiated and executed amendment to this agreement. The Consultant agrees that the hourly or flat rate j charged by it for its services contracted for herein shall remain locked at the negotiated rate(s) for a period of one (1) year from the effective date of this Agreement. The Consultant's billing rates shall be as delineated in Exhibit A. CONSULTANT SERVICES AGREEMENT - 1 (Over t10.000) 30 B. The Consultant shall submit monthly payment invoices to the City for work performed, and a final bill upon completion of all services described in this Agreement. The City shall provide payment within forty-five (45) days of receipt of an invoice. If the City objects to all or any portion of an invoice, it shall notify the Consultant and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor-Employer Relationship will be created by this Agreement and that the Consultant has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. After termination, the City may take possession of all records and data within the Consultant's possession pertaining to this project, which may be used by the City without restriction. If the City's use of Consultant's records or data is not related to this project, it shall be without liability or legal exposure to the Consultant. VI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any subcontract, the Consultant, its subcontractors, or any person acting on behalf of the Consultant or subcontractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Consultant shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. VIZ. INDEMNIFICATION. Consultant shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Consultant's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Consultant's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, agents and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONSULTANT'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this Agreement. CONSULTANT SERVICES AGREEMENT - 2 (Over St10.000) 31 VIII. INSURANCE. The Consultant shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. IX. EXCHANGE OF INFORMATION. The City will provide its best efforts to provide reasonable accuracy of any information supplied by it to Consultant for the purpose of completion of the work under this Agreement. X. OWNERSHIP AND USE OF RECORDS AND DOCUMENTS. Original documents, , drawings, designs, reports, or any other records developed or created under this Agreement shall belong to and become the property of the City. All records submitted by the City to the Consultant will be safeguarded by the Consultant. Consultant shall make such data, documents, and files available to the City upon the City's request. The City's use or reuse of any of the documents, data and files created by Consultant for this project by anyone other than Consultant on any other project shall be without liability or legal exposure to Consultant. XI. CITY'S RIGHT OF INSPECTION. Even though Consultant is an independent contractor with the authority to control and direct the performance and details of the work authorized under this Agreement, the work must meet the approval of the City and shall be subject to the City's general right of inspection to secure satisfactory completion. XII. WORK PERFORMED AT CONSULTANT'S RISK. Consultant shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Consultant's own risk, and Consultant shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XIII. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section VII of this Agreement. CONSULTANT SERVICES AGREEMENT - 3 (Over Si 0.000) 32 D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Consultant. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Consultant agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Consultant's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. CONSULTANT: CITY OF KENT: By: By: (signature) (signature) Print Name: Print Name: Suzette Cooke Its Its Mayor (title) DATE: DATE: CONSULTANT SERVICES AGREEMENT - 4 (Over S10.000) 33 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: Debbie Wick-Harris Larry R. Blanchard DCI Engineers City of Kent 10900 NE 4th Street, Suite 1200 220 Fourth Avenue South Bellevue, WA 98004 Kent, WA 98032 (425) 827-2238 (telephone) (253) 856-5500 (telephone) (425) 827-8986 (facsimile) (253) 856-6500 (facsimile) APPROVED AS TO FORM: Kent Law Department DC!-Construction Stds 5/Glllespie CONSULTANT SERVICES AGREEMENT - 5 (Over S10.000) 34 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. Duringthe time of the Agreement I the rime contractor, will actives consider hiring and g p Y 9 promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. 1 By signing below, I agree to fulfill the five requirements referenced above. Dated this day of , 200_ By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 1 35 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 2 36 CITY OF KENT i EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date) , between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. Dated this day of , 200 By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 EXHIBIT A 37 OLD'," C I r r professional UF services agreement CLIENT: City of Kent DATE: June 17, 2008 ADDRESS: 400 W.Gowe St. CONTACT: Mr. Mike Gillespie PROJECT: Construction Standards Update JOB#: LOCATION: Kent WA SCOPE OF SERVICES: DCI was asked to provide support to the City for the response to the draft Construction Standards update. There are several tasks remaining to be completed: Task 1—Complete comment responses to internal Draft Standards 1,147 comments have been received to date on the draft Standards. Many of the comments received were for areas which we had been told were recently updated and did 1� not require updating. DCI has worked to respond to the comments and has completed responses for approximately 400 comments. The scope of this task is to complete the process of responding to the comment from the internal staff review of the Draft Standards. One of the time consuming tasks has been responding to conflicting 1 comments on the same section or detail. The process to date has been for development review staff(Evelyn& Mike)to collect and collate the responses. The City maintains the written Standards and DCI has been maintaining and updating the details and comment response matrix. DCI completes a preliminary review of the comment and assigns the comment response a category. A Category 1 comment is a simple revision to the written standards for City staff. A category two comment is a comment where DCI prepares a revision to the Standards and provides the revision to the City for incorporation into the written Standards. A category 3 comment is a recommendation by DCI with clarification or direction required from the City on the response. Category 4 comments require additional research and a category 5 comment response is a completed response (no additional work required). Task 2—Add Low Impact Development to the Standards DCI has been asked to add a written section and details to the Standards which would promote and encourage the use of low impact development technologies. Task 3—Respond to Comments from the public on the Standards, Clarify responses to Internal Draft Standards comments Upon completion of Task 1 and Task 2,the Standards will be re-published by the City for distribution to Contractors,developers and public stakeholders. The Standards will also be re-distributed internally so that those who made comments can see how their comments were responded to. It is anticipated that no new topics will be received from City staff. The scope of Task 3 will be to attend public meetings,respond to comments from Contractors, Developers and Public Stakeholder and address any concerns from the comment responses on the internal Draft Standards. It is assumed that there will be 500 or fewer comments received. Our schedule of expenses is attached to this additional service request. We will bill our time hourly on an as-needed time and materials basis. 1 • ;r _ li .°:',_i; . .i,; 1 ;,, Bellevue :!Y-! ' 11WI y.v^,, . "'. ,f' �!�, . � __'• ,�_ - 38 professional services agreement Page 2 f ENGINEERING FEES: Description Fee Addition 1)Task 1 --Comment Response to internal Draft $45,000.00(Time&Materials) 1)Task 2--LID Addition $5,000.00(Time& Materials) 1)Task 3—Comment response to public $30,000.00 (Time&Materials) TOTAL: $80 000 Time&Materials DCl will proceed with work outlined above once authorization to proceed is received{this form is signed by an authorized agent of the client and returned to our office. Billing will be per the attached Billing Rate Schedule or Lump Sum,as noted above. Unless noted otherwise, reimbursable expenses are separate from our fees and will be billed at 1.10 times direct cost. Submitted By: Title: Signature Approved By: Title: Date: Signature Terms f Exhibit Attachments: ❑ e sand ®Schedule o Expenses ❑ Exh bit A ❑ Other 39 SCHEDULE OF EXPENSES Em DCI ENGINEERS a� D'Amato Conversano, Inc. Consulting Engineers PROFESSIONAL SERVICES Clerical and Administrative 501 40$/hr Project Manager 201 90$1hr Clerical and Administrative 502 50$/hr Project Manager 202 100$/hr Clerical and Administrative 503 80$/hr Project Manager 203 110$/hr Project Manager 204 120$/hr Technical Designer 401 50$/hr Project Manager 205 130$/hr Technical Designer 402 55$/hr Project Manager 206 140$/hr Technical Designer 403 60$/hr Project Manager 207 150$/hr Technical Designer 404 65$/hr Technical Designer 405 70$thr Senior Project Manager 251 110$/hr Technical Designer 406 75$/hr Senior Project Manager 252 120$/hr Technical Designer 407 80$/hr Senior Project Manager 253 130$/hr Technical Designer 408 90$/hr Senior Project Manager 254 140$/hr Technical Designer 409 100$/hr Senior Project Manager 255 160$/hr Senior Project Manager 256 180$/hr Senior Technical Designer 451 80$/hr Senior Technical Designer 452 90$/hr Senior Engineer 101 120$/hr Senior Technical Designer 453 100$/hr Senior Engineer 102 130$/hr Senior Technical Designer 454 110$/hr Senior Engineer 103 140$/hr Senior Technical Designer 455 120$/hr Senior Engineer 104 150$/hr Senior Technical Designer 456 130$/hr Senior Engineer 105 160$/hr Senior Engineer 106 180$/hr Project Engineer 301 65$/hr Senior Engineer 107 200$/hr Project Engineer 302 70$/hr Project Engineer 303 75$/hr Principal Engineer 10 140$/hr Project Engineer 304 80$/hr Principal Engineer 11 160$/hr Project Engineer 305 85$/hr Principal Engineer 12 180$/hr Project Engineer 306 90$/hr Principal Engineer 13 200$/hr Project Engineer 307 95$/hr Principal Engineer 14 225$/hr Project Engineer 308 100$/hr Project Engineer 309 105$/hr Project Engineer 310 110$/hr Project Engineer 311 115$/hr Project Engineer 312 120$/hr REIMBURSABLE SERVICES Original Plots and Architectural Plotting with Drawing Files Copies and Architectural Plotting with Plot Files Media Size Fee Media Size Fee Bond A-B Size $3.48/Plot Bond A Size $0.07/Plot Bond C Size $4.75/Plot Bond B Size $0.14/Plot Bond D Size $6.00/Plot Bond C Size $0.90/Plot Bond E-El Size $9.48/Plot Bond D Size $1.14/Plot Vellum A-B Size $5.25/Plot Bond E-El Size $1.80/Plot Vellum C Size $7.10/Plot Color A Size $0.59/Plot Vellum D Size $9.00/Plot Color B Size $1.20/Plot Vellum E-El Size $14.20/Plot Mylar A-B Size $8.70/Plot Mylar C Size $11.85/Plot Out of Office $1.1 Ox Direct Mylar D Size $15.00/Plot Services/Expenses Cost Mylar E-El Size $23.70/Plot Personnel Transportation 0.485$/mile April 2007 40 EXHIBIT B INSURANCE REQUIREMENTS FOR CONSULTANT SERVICES AGREEMENTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned,hired and leased vehicles. Coverage shall be written on Insurance Services Office(ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors,products-completed operations,personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 1185. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 1185 or a substitute endorsement providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability insurance appropriate to the Consultant's profession. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of$1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $1,000,000 products-completed operations aggregate limit. 41 EXHIBIT B (Continued) 3. Professional Liability insurance shall be written with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance,self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty(30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. CORD,., CERTIFICATE OF LIABILITY INSURANCE 1DATE 211'MM7DIYYYY) ,RODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMAMN <ibble &Prentice, a USI Co. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE :1 Sox 370 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE PQUPIE&BEL0W.,,<, — le, WA 98111 �, � s #41.6300 INSURERS AFFORDING COVERAGE �, t i NAIC# NSURED INSURER A: Charter Oak Fire Insurance Company 25615 D'Amato Conversano,Inc. INSURER B. Lexington Insurance Company ;, • 19437 10900 NE 4th Street,Suite 1200 INSURER C: General Insurance Company of America 9999 Bellevue,WA 98004 INSURER D. ;ry c-euct- ;.n; ;g °• . ,; ,�,., ",�; INSURER E: .i .; ya C:5 si S•,:. ,r,+9I *w4 COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. SR POLICY EFFECTIVE POLICY EXPIRATION LTR NSR TYPE OF INSURANCE POLICY NUMBER E MMI DATEIMMIDDrNI LIMITS A GENERAL LIABILITY 6802794L754 07118/07 07/18/08 EACH OCCURRENCE $1,000,000 X COMMERCtAL GENERAL LIABILITY DAMAGE TO RENTED $1 OOO OOO CLAIMS MADE Q OCCUR MED EXP(Any one person) $5 00() PERSONAL&ADV INJURY $1 0OO 000 GENERAL AGGREGATE $2 OOO 000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOP AGG $2 O0O OOO POLICY a jE LOC Ci AUTOMOBILE LIABILITY 24CC1350082 07/18/07 07/18/08 COMBINED SINGLE LIMIT X ANYAUTO (Ea accident) $1,000,000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ X HIRED AUTOS BODILY INJURY X NON-OWNED AUTOS (Per accident) $ PROPERTY DAMAGE $ jeer acclderH) GARAGE LIABILITY AUTO ONLY•EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ DEDUCTIBLE $ RETENTION $ $ A WORKERS COMPENSATION AND 6602794L754 07118107 07I18/08 we sLIMIT X OER TM EMPLOYERS'LIABILITY (WA Stop Gap) E.L EACH ACCIDENT $1 OOO GOO ANY PROPRISTOWPARTNERIEXECUTIVE OFFICERIMEMBEREXCLUDED? E.L•DISEASE-EA EMPLOYEE $1,000,000 I 1f yes,describe under E.L.DISEASE•POLICY LIMIT $1 OOO OOO SPECIAL PROVISIONS below B OTHER Professional 1156873 11/30107 11/30108 $1,000,000 per claim Liability $2,000,000 annl aggr. DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT 1 SPECIAL PROVISIONS RE: Project No. DCI 06-12.012&06-12-021; Project: Consultant Services Agreement. The City of Kent is named as an Additional Insured on the General Liability Policy,with respects to operations of the Named Insured. (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Kent DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 45 DAYS WRITTEN Public Works Engineering NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL 220 Fourth Avenue South IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR Kent,WA 98032.5895 REPRESENTATIVES. AUTHORIZED REPRESENTATIVE I^7 ACORD 25(2001108)1 of 3 #M1824519 LKWJU 0 ACORD CORPORATION 198 DESCRIPTIONS (Continued from Page 1) average is primary and non-contributory. tS 25.3(2001/08) 3 of 3 #M1824519 Policy Number. BKO1429922 44 Liability Coverage Enhancement- Architects and Engineers ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: LIABIUTY COVERAGEPART. 1. The followingreplaces the final paragraph of (a) Your negligence;or p P 9 P SECTION 11.WHO IS AN INSURED,I.: (h) The negligence of another person or However,noperson or organization is an insured organization for whom you are with respect to the conduct of any current or past liable; partnership, joint venture, limited liability company or trust that is not shown as a Named (2) "Bodily injury'. "property damage', Insured in the liability Coverage Part "personal injury" or 'advertising injury" Declarations.This provision does not apply to you, for which such person or organization for your participation in any past or present has assumed liability in a contract or "unnamed joint venture% or if that person or agreement, except for liability for organization is otherwise an insured under damages that such person or Paragraph Z below. organization would have in the absence of the contract or agreement; 2. The following is added to SECTION 11. WHO IS AN INSURED.2.: (S) "Property damage`to: Person Or Organization Required By (a) Property owned, used or occupied Written Contract by, or loaned or rented to, such - person or organization; Any person or organization that you agree to add as an insured under this Liability (b) Property over which such person or Coverage Part in a written contract or organization is for any purpose agreement that is made before, and in effect exercising physical control;or when, the "bodily injury" or "property (c) "Your work" performed for the damage occurs or the offense that causes the"personal injury"or"advertising injury" is insured;or first committed,but only with respect to that (q) "Bodily injury', "property damage", person'sor organizations liability arising out "personal injury" or 'advertising injury" of "your work' for that person or arising out of any architect's, engineer's organization. or surveyor's rendering of, or failure to However, such person of organization is not render,any"professional service", when an insured with respect to any: such person or organization is an architect,engineer or surveyor. (1) "Bodily injury, "property damage',"personal injury" or 'advertising injury" 3. The following is added to SECTION 11.WHO IS AN that does not arise out of. INSURED. ri/13F 26 09 09 03 Includes copyrighted material of Insurance Services Office wilh its permission. Page f of 3 Copyright.Insurance services Office,Inc.2001 �i "Unnamed Joint Venture" insurance'. This insurance will then be45 • our participation in an applied as primary insurance for You are an insured for Y P P y damages for 'bodily injury', 'property past or present'unnamed joint venture". damage% 'personal injury" or ' However,you are not an insured if the"unnamed advertising injury" to which this insurance applies and that are incurred joint venture'has: by such person or organization, and we a. Direct employees;or will not share those damages with such 'other insurance'. b. - Owns, rents, or leases any real or personal property. 6. The following is added to SECTION 1V. CONDITIONS, 5. "Other Insurance", b. Excess No other member or partner,or their spouses, of Insurance: any past or present"unnamed joint venture'is an insured. This insurance is excess over any 'other insurance" whether primary, excess, The following replaces SECTION III. LIMITS OF contingent or on any other basis that is LIABILITY,2 b.: available to you for your participation in any past or present"unnamed joint venture". b. Will apply separately to the sum of all: 7. The fallowing is added to SECTION IV. (1) Damages because of'bodily injury" and CONDITIONS,&Transfer Of Rights of Recovery "property damage% under SECTION 1. And Proceeds Against Others To Us: COVERAGE,A.Liability above;and However, we waive any right of recovery and (2) Medical payments for "bodily injury', proceeds we may have against any person or under SECTION I. COVERAGE, B. organization that is added as an additional insured Medical Payments above; under the Paragraph Person Or Organization Required By Written Contract of SECTION 11. arising out of each location listed in the WHO IS AN INSURED,2.: Schedule of Premises or each of "your projects";and a. Because of payments we make for "bodily The following replaces SECTION IV. CONDITIONS, injury', 'property damage',"personal injury' or 'advertising injur arising out of "your 5."Other Insurance",a.Primary Insurance.(2): work' in ongoing operations or included in (2) However, this insurance will be the 'products-completed operations hazard'; considered primary to, and non- and contributory with, 'other insurance" b. Performed under a written contract or issued directly to a person or agreement that is made before,and in effect organization added as an additional when, the 'bodily injury" or 'property insured under SECTION 11.WHO IS AN damage' occurs or the offense that causes INSURED,2: the"personal injury" or'advertising injury' is (a) Paragraph h. Certain Additional committed;and Insureds By Contract or c. You specifically agree in such written Agreement;or contract or agreemdnt to waive those rights (b) Persons Or Organizations of recovery and proceeds for such person or- 1 Required By Written Contract; organization. if you specifically agree, in that written B. The following are added to SECTION V. contract or agreement, that this DEFINITIONS: insurance must be primary to, and non- contributory with, such 'other C01 26 010111 Includes copyrighted material of Insurance Services Office with its permission. Page 2 of 3 Copyright,Insurance services office,Inc.2001 "Unnamed joint venture"means any joint venture 46 in which you are a member or partner where: a. Each and every one of your co-ventures in that joint venture is an architectural, engineering or surveying firm;and b. That joint venture is not named in the Liability Coverage Part Declarations. "Your premises" means any premises, site, or location owned or occupied by,or rented to,you. "Your project": a. Means any premises, site or location at, on, or in which"your work" is not yet completed; and b. Does not include °your premises" or any location listed in the Schedule of Premises. All other terms of yourpolicy remain the same. CLJ9F 26 09 09 03 Includes copyrighted material of Insurance Services Office with its permission. Fage 3 of 3 copyright Insurance Services Office,Inc.2001 Kent City Council Meeting Date July 15, 2008 Category Consent Calendar - 6E 1. SUBJECT: JASON ENGINEERING CONSULTANT AGREEMENT FOR SOILS TESTING - AUTHORIZE 2. SUMMARY STATEMENT: Authorize the Mayor to sign a consultant contract with Jason Engineering & Consulting Business, Inc. in the amount of $81,715, to provide materials testing and inspection services related to the North Park Sewer Rehabilitation Project, upon concurrence of the language acceptable to the City Attorney and the Public Works Director. Public Works Engineering designed a sanitary sewer rehabilitation project to replace some of the oldest and most expensive-to-maintain sewer systems in the City (constructed in 1946). Jason Engineering possesses the expertise needed to do the needed materials and soils testing. 3. EXHIBITS: Public Works Memorandum and Consultant Contract 4. RECOMMENDED BY: Public Works Committee (Committee, Staff, Examiner, Commission, etc.) 5. FISCAL IMPACT Expenditure? X Revenue? Currently in the Budget? Yes X No 6. CITY COUNCIL ACTION: Councilmember moves, Councilmember seconds DISCUSSION: ACTION: 49 • KENT WA B HI NOTOH CONSULTANT SERVICES AGREEMENT between the City of Kent and Jason Engineering & Consulting Business, Inc. THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Jason Engineering & Consulting Business, Inc. organized under the laws of the State of Washington, located and doing business at PO Box 181, Auburn, WA 98071, Phone: (206) 786-8645/Fax: (253) ' 833-7316, Contact: Jason Bell (hereinafter the "Consultant"). I. DESCRIPTION OF WORK. Consultant shall perform the following services for the City in accordance with the following described plans and/or specifications: The Consultant shall provide testing and inspection services for the North Park Sanitary Sewer Rebuild project. For a description, see the Consultant's June 26, 2008 Scope of Work which is attached as Exhibit A and incorporated by this reference. Consultant further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time those services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon the effective date of this Agreement. Upon the effective date of this Agreement, Consultant shall complete the work described in Section I by December 31, 2008. jIII. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed Eighty One Thousand, Seven Hundred Fifteen Dollars ($81,715.00) for the services described in this Agreement. This is the maximum amount to be paid 1 under this Agreement for the work described in Section I above, and shall not be exceeded without the prior written authorization of the City in the form of a negotiated and executed amendment to this agreement. The Consultant agrees that the hourly or flat rate charged by it for its services contracted for herein shall remain locked at the negotiated rate(s) for a period of one (1) year from the effective date of this Agreement. The Consultant's billing rates shall be as delineated in Exhibit B. CONSULTANT SERVICES AGREEMENT - 1 (Over S10.000) so B. The Consultant shall submit monthly payment invoices to the City for work performed, and a final bill upon completion of all services described in this Agreement. The City shall provide payment within forty-five (45) days of receipt of an invoice. If the City objects to all or any portion of an invoice, it shall notify the Consultant and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor-Employer Relationship will be created by this Agreement and that the Consultant has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. After termination, the City may take possession of all records and data within the Consultant's possession pertaining to this project, which may be used by the City without restriction. If the City's use of Consultant's records or data is not related to this project, it shall be without liability or legal exposure to the Consultant. VI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any subcontract, the Consultant, its subcontractors, or any person acting on behalf of the Consultant or subcontractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Consultant shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. VII. INDEMNIFICATION. Consultant shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Consultant's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Consultant's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement Is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, agents and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONSULTANT'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this Agreement. CONSULTANT SERVICES AGREEMENT - 2 (Over$10.000) 51 VIII. INSURANCE. The Consultant shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit C attached and incorporated by this reference. IX. EXCHANGE OF INFORMATION. The City will provide its best efforts to provide reasonable accuracy of any information supplied by it to Consultant for the purpose of completion of the work under this Agreement. X. OWNERSHIP AND USE OF RECORDS AND DOCUMENTS. Original documents, drawings, designs, reports, or any other records developed or created under this Agreement shall belong to and become the property of the City. All records submitted by the City to the Consultant will be safeguarded by the Consultant. Consultant shall make such data, documents, and files available to the City upon the City's request. The City's use or reuse of any of the documents, data and files created by Consultant for this project by anyone other than Consultant on any other project shall be without liability or legal exposure to Consultant. XI. CITY'S RIGHT OF INSPECTION. Even though Consultant is an independent contractor with the authority to control and direct the performance and details of the work authorized under this Agreement, the work must meet the approval of the City and shall be subject to the City's general right of inspection to secure satisfactory completion. XII. WORK PERFORMED AT CONSULTANT'S RISK. Consultant shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Consultant's own risk, and Consultant shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XIII. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section VII of this Agreement. CONSULTANT SERVICES AGREEMENT - 3 (Over S10.000) 52 D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Consultant. C. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Consultant agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Consultant's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. CONSULTANT: CITY OF KENT: By: By: (signature) (signature) Print Name: Print Name: Suzette Cooke Its Its Mayor (title) DATE: DATE: CONSULTANT SERVICES AGREEMENT - 4 (Over t10.000) 53 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: Jason Bell Larry R. Blanchard Jason Engineering & Consulting Business, Inc. City of Kent PO Box 181 220 Fourth Avenue South Auburn, WA 98071 Kent, WA 98032 (206) 786-8645 (telephone) (253) 856-5500 (telephone) (253) 833-7316 (facsimile) (253) 856-6500 (facsimile) APPROVED AS TO FORM: Kent Law Department IECB-North Pk/Tenerelli CONSULTANT SERVICES AGREEMENT - 5 (Over-W-000) 54 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. Dated this day of , 200__. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 1 CITY OF KENT 55 ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. I2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 2 56 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date) , between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. Dated this day of , 200 By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 j Jason GeotechWcal Engineering Pate: 06-26-2008 57 Engineering& Retaining Structures aoie=North pa k Sewer Consulting Project Management/hispection Rehabilitation,Kent#03-3002 Susiueas,IrIc. Pavement Design&Andysis Fie#:p08-029b CM OF KENT 220.a'h Avenue S_ EXHIBIT A Kent,WA 98032-5995 Re: Letter of Interest&Statement of Qualifications k'roject: North Park Sewer Rehabilitation,Kent#03.3W2 Attn: Mr.Pete TenerelH Construction Manager JASON ENGINEERING would like to submit this letter of our interest and clues for providing geow1wical engineering and/or testing and inspection services_Our office is physically located is Auburn,from which we provide our services to job sites throughout the Puget Sound Region, JASON ENGINEERING is committed to providing our clients with tinnely services they can depend upon for accurate and professional,results. We are a small company and concettbrate 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,persoAable services for the geotechnical engineerm&construction inspection&testing industry. JASON ENGINEERING specitalizes in providing ✓ Geotecbnical services/soils:investigations; ✓ Public works construction management services EorhW,split spoon samples,test pits including testing inspection ✓ Erosion Control Inspection ✓ Special inspection,construction monitoring; ✓ Slope stability analysis soils,asphalt,concrete,masonry ✓ Pavement and road design ✓ [Aborat ury testing for construction materials ✓ Soils stabilization/enhancement ✓ Technical Wormation reports(King County) ✓ ReWning waIl designs ✓ Pie design mommendations ✓ Percolation testing ✓ hdi tration trench design Our experience in the geotedudcal field and testing/inspection of coast mction materials is extensive, especially concerning soils,concrete and asphalt Every person in our company is a Certified Erosion Control Lead. Also,we can provide certificates of insurance for Professional and/or General Liability Insurance. V you have any questions concerning the above items,the proposal as it is set forth,or if JASON ENGINEERING can be of any further assistance please call on us at(206)786.860. Respectfully Submitted, JASON ENGINEERING &CONSULTING BUSINESS, INC J EC Hell,P.E. esident PO Brno 181 .Auburn WA.98071 Pagel of 2 Phone:(206)-786-WO Far-(253)833-7316 Email•jason+e' jasonteno neer.com Received Time Jul. 2. 2008 10:43AM No. 1149 .�.,Y Jason Geotechnical Bngitteerins Date: 06-26-2QU8 58 Engineering& RetainingStructures P o�' t:North Park Sewer Consulting Project ManagemertVInSpection Rehabilitation,Kent#03-3002 Business,Inc. Pavement:Design&Analysis pile p08029b Scope of Services, Exhibit A nese rates will apply for the duration of the project and should provide all the testing and inspection requirements for your project:North Park,Sewer Rehabilitation,Kent job#03-3002 v- Attend preconrstiruction meetings. v► Provide onsate construction inspection and recommendations regarding construction materials as requested. v- Observe placement and procedures. Provide density bests to confirm compaction and testing specification requiurement& v" Sample imported material to evaluate and confirm specification.requirements. This mclrides laboratory testing for each material type encomatned and/or imported to the site. Testing methods will be pexforbaed according to current applicable standards. iv- Provide construction management including budget tr'aclung,daily report summaries,field measurements,and pay estimate preparation. v- Provide miscellaneous professional services related,to this project as directed by the Construction Mmager. v* All of our construction mamigement inspectors are gualificd to perform the same tasks AS the soils/asphalt/concrete Inspector. Testing and inspection is typically performed by the same individual. Hours are broken down,according to task in the fee schedule. v- Hourly rates include all,test equipment for our services(there are no hidden extra costs involved). A Ucensed P.E.reviews all reports and computex-generated copies are mailed to all parties on the project distribution list v- This is an estimate and work performed over the estimated amount will be charged at titme of material basis and at the givers rates. %v- The hourly rate is based upon portal to-portal time. The hourly rates shown below are applicable.for all work performed. A inAeage charge of$1.00 per each round trip visit from the JEC13 i murk office to job site There is a minimum charge of 2 hours for any inspection services (weekends are minimum 4 hours) and a mir4mum charge of 2 hours for any professional engineering services performed. v- An overtime rate of 1.5 times the hourly rate will be charge for all work in excess of We normal 8 hour working day,weekends and legal holidays. v- Equipment & matexUls will include equipment used by an inspector the field in the performance of their inspection duties. V* Prices are valid through December 31,2008. Schedule of Fees & Services, .Exhibit,B INSPECTION SERVICES unit hate Item Total 800 Construction Management Rector $58.00 per hour $*/M.00 40 Asphalt Inspection&Monitoring w/Deals meW $58.00 per hour $2,320.00 40 Concrete h►speGIAM&Momit* its $W00 per hour $2,320" 300 Sails Inspectltout&MOOROft w/DMMeter $58.00 per hour $17A00.00 I.A,DORATORY SERVICES Urdt Itate item Total 20 ,A,splbeult;Ignition&Gradation $150.00 each $31000.00 20 Asphalt,Rice Specific Gravity $85.00 each $1,700.00 60 Concrete,Cyliaders $20.00 each $1,2A0.00 13 Soil,Proctor(Standard or Mod fled.) $150.00 earls $119W.00 Soil,Sand Equivalent Test $75.00 each 13 Soil,Sieve Analysis with#200 wash $15.00 each $1,625.00 GEMUCHNICAIMROFESSIONAL SERVICES Unit Rate Item Total 40 Pro&ssioKW Ezg�neering Services $95 00 per houx $%800.00 6etio uabed ftgwt Total: $6i,7I,S.tttt PO Brix 181 Auburn WA.98071 page 2 of 2 Phone.(206)-78frSW Fax(253)833-7316 Email:Jason@jasonengineer.comt !ceived Time Jul. 2. 2008 10:43AM No. 1149 59 EXHIBIT C INSURANCE REQUIREMENTS FOR CONSULTANT SERVICES AGREEMENTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 1185. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability insurance appropriate to the Consultant's profession. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 60 r EXHIBIT C (Continued) 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $1,000,000 products-completed operations aggregate limit. 3. Professional Liability insurance shall be written with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. r61 EXHIBIT C Continued F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. Kent City Council Meeting Date July 15, 2008 Category Consent Calendar - 6F 1. SUBJECT: KING COUNTY INTERAGENCY AGREEMENT FOR GENERATOR TRANSFER SWITCH - AUTHORIZE 2. SUMMARY STATEMENT: Authorize the Mayor to sign the Interagency Agreement with King County in the approximate amount of $80,960 for the design, purchase, and installation of a generator transfer switch at the Kent Senior Activity Center funded through state grant proceeds, subject to final terms and conditions acceptable to the City Attorney and Parks Director. This agreement is for the design and construction of a generator transfer switch and improvements to the electrical system for the use of auxiliary power at the Kent Senior Center. King County Emergency Management and Kent Fire Emergency Management, with concurrence of the Kent Parks, Recreation and Community Services Department, have identified the Kent Senior Center as a potential site for preparing food in the event of a major disaster. 3. EXHIBITS: King County Interagency Agreement 4. RECOMMENDED BY: Public Safety Committee (Committee, Staff, Examiner, Commission, etc.) 5. FISCAL IMPACT Expenditure? N/A Revenue? N/A Currently in the Budget? Yes No 6. CITY COUNCIL ACTION: Councilmember moves, Councilmember seconds DISCUSSION: ACTION: r r June 16, 2008 AGREEMENT BETWEEN KING COUNTY AND THE CITY OF KENT FOR THE DESIGN AND CONSTRUCTION OF A GENERATOR TRANSFER SWITCH AND IMPROVEMENTS TO THE ELECTRICAL SYSTEM FOR THE USE OF AUXILIARY POWER AT THE KENT SENIOR CENTER 1 THIS AGREEMENT made and entered into by and between King County, Washington, a Municipal Corporation, hereinafter called the "County" and City of Kent, hereinafter called the "City". WITNESSETH WHEREAS,the County proposes to proceed with the electrical design,purchase and installation of manual transfer switches and related switch gear for the purpose of providing connection to auxiliary emergency power via 150KW portable trailer-mounted generators during an area outage at the City's Senior Center located in Kent, Washington, hereinafter referred to as "Project";and, WHEREAS,the County received funding pursuant to a grant provided by Homeland Security Grant Program Grant #FFY06-SHSP-009 to perform this Project for the City and other related projects for other agencies within Washington; and WHEREAS,the City currently owns the facility and desires the County to finance, design and construct the improvements for this Project in accord with applicable Federal, Washington State and King County laws and regulations; and WHEREAS, THE Countyand the City can achieve cost savings and benefits in the tY g public's interest by having the County serve as the managing agency for this Project and to provide the financing, design, and construction of the improvements for the Project for the City. The Scope of Work and Cost Estimate for the Project are attached as Exhibit A. NOW, THEREFORE, it is hereby covenanted and agreed by and between the parties hereto as follows: 1 1. DESIGN A. The County shall,prior to the County advertising the Contract Bid Documents for the Project, furnish complete and reproducible construction drawings,plans and specifications and any other necessary documents for the Project to the City for review and comment. The City shall promptly notify the County of any changes requested to these documents to bring them into conformance with City requirements. The City shall provide all requested changes to the documents prior to King County's advertisement of r . 2. the Project. The City's failure to provide the data, documentation or information as required by this Section may cause the County to delay or cancel the procurement process for this Project at the County's discretion. 2. BIDDING A. The County shall prepare the final contract bid documents for the Project and shall advertise the Project in an official publication for the County. The County will provide to the City a final copy of the plans and specifications and engineer's cost estimate advertised for bid. B. The County shall award a contract to the lowest responsive and responsible bidder for the Project, subject to all applicable laws and regulations. The County shall furnish the City with the bid prices for the Project from the low bidder in the form of a Recommendation of Award Memorandum(ROA) for the City's review prior to the , award of a contract. Within two (2) days after receiving the ROA, the City shall acknowledge the determination of lowest responsive and responsible bid for the Project. The County shall not proceed with the City's Project until the County has received a ' written acknowledgement from the City. If the City, in its acknowledgement, rejects the County's low responsive and responsible bidder for the Project, the City may select its own contractor to perform the work associated with the Project at City's own expense. If the City elects to select its own contractor for this Project, no reimbursement for costs or expenses incurred by the City shall be paid by the County to perform the work necessary for this Project. C. The County may proceed with similar work at other sites not owned or operated by the City with the contractor selected by the County under this procurement process. 3. CONTRACT ADMINISTATION A. The County shall provide the design, engineering, construction, inspection, , clerical and other administrative services necessary for the execution of the work on the City's Project. t B. The City shall also furnish an inspector during the construction of the Project. The City shall be financially responsible for the City's inspector. The City's inspector shall advise the County of any deficiencies in work or materials noted in the project performance by the county's contractor. The City's inspector shall have limited authority to communicate with the County's contractor on matters regarding contract performance of the Project work. The City's inspector shall have no authority to bind the County to any adjustments in contract time or price for the Project, unless the County grants approval. The County reserves the right to remove the City's inspector from the Project for unsatisfactory performance of his or her duties. The City shall promptly replace such inspector at the County's request. r r 3. C. The City shall notify the County, in writing, of any construction changes it wishes to make to the bid plans and specifications that affect the City's Project. The County shall issue contract change orders for all feasible changes. Prior to the implementation any construction changes requested by the City, the parties shall meet and confer to r determine which party shall be financially responsible for the cost of such changes to the Project. ' D. The County will notify the City of any changes in the work required by the County which substantially change the nature of the Project work and shall obtain the City's approval of such changes, with such approval not being unreasonably withheld by the City. The County shall issue a change order to the construction contract incorporating such changes into the Project. This Agreement shall also be amended in writing to incorporate changes in the Scope of Work and/or Cost Estimate. The County shall be financially responsible for contract changes that are solely for the benefit of the County. E. The County will keep the City advised as to the progress of the work on the Project. Prior to Project completion,both the County and City shall perform a mutual final inspection of the Project. The City shall, within 72 hours of its inspection provide to the County its acceptance of the Project work, or alternatively,provide an itemized and detailed response as to why acceptance of the Project cannot be given by the City. The County's contractor will repair or complete only construction deficiencies to comply with the construction contract's plans and specifications. Upon the parties' acceptance of the Project work,the County shall be relieved of any and all responsibility or liability for the Project work, and the conditions of the City's facilities,provided however,the County shall assign to the City all of the material warranties under the Project construction contract from the County's contractor(s) as to Project work. ' F. The City and the County shall be responsible for following all Federal, State and local laws,rules and regulations in its own performance of work described herein. 4. PAYMENT A. Payment of the work to be performed for this Project as identified in the Scope of Work and Cost Estimate, as both may be amended, shall be paid for by the County exclusively through the grant funds provided by the Homeland Security Grant Program. . Grant#FFY06-SHSP-009. This shall include the contract price, as adjusted by change order agreed to by the parties, to perform the Project work. The County's internal costs incurred during the design and construction of the Project directly attributable to the ' Project work shall be paid for by the County. The County shall not be liable for payment of any costs or expenses incurred to perform and complete the work on this Project which are in excess of the Projecfs earmarked and identified grant funds. The parties shall meet r r and confer to discuss and determine which party, if any, shall be financially responsible for such excess Project related costs. ' 4. 5. INDEMNIFICATION AND HOLD HARMLESS , A. Each Party shall protect, defend, indemnify, and hold harmless the other party, ' their officers, officials, employees, and agents, from, any and all claims, demands, suits, penalties, losses, damages, judgments, or costs of any kind whatsoever (hereinafter "claims"), arising out of or in any way resulting from the Indemnifying Party's officers, employees, agents, and/or subcontractors of all tiers, acts or omissions, performance or failure to perform this Agreement, to the maximum extent permitted by law or as defined by RCW 4.24.115, now enacted or as hereinafter amended. B. Each party agrees that its obligations under this Section extend to any claim, demand, and/or cause of action brought by or on behalf of any of its employees or agents. The foregoing indemnity is specifically and expressly intended to constitute a waiver of ' each party's immunity under Washington's Industrial Insurance Act, RCW Title 51, as respects the other party only, and only to the extent necessary to provide each party a full and complete immunity of claims made by the other party's employees. The parties , acknowledge that these provisions were specifically negotiated and agreed upon by them. C. In the event either party incurs any costs including attorneys fees to enforce the provisions of this Section and prevails in such enforcement action all such costs and fees shall be recoverable from the losing party. D. The provisions of this Section shall survive the expiration or earlier termination of this Agreement with regard to any event that occurred prior to or on the date of such expiration or earlier termination. ' 6. CONTRACTOR'S INDEMNITY OF DISTRICT AND INSURANCE A. The County shall require the contractor building the Project to have the City named as an additional insured on all policies of insurance to be maintained by the contractor(s)under the terms of any Project related contracts,with the contractor building the Project required to maintain Commercial General Liability Insurance, including products and completed operations coverage; Commercial Automobile, Workman's Compensation and Stop Gap-Employers Liability. B. The County shall contractually require the contractor building the Project to indemnify, defend and save harmless the City and its officers, agents, or employees from ' any claim filed against the City or its officers, agents or employees, alleging damage or injury arising out of the contractor's, or its agents, subcontractors, suppliers or employees participation on the Project. t 5. ' C. The County shall contractually require the contractor building the Project to be solely and completely responsible for safety and safety conditions at the job site, ' including the safety of all persons and property during the performance of the work. The contractor shall be contractually required to comply with all applicable County, State and Federal regulations, ordinances, orders and codes regarding safety. D. The County shall contractually require the contractor building the Project to provide a Performance and Payment bond in favor of the County equal to 100% of the projects costs (e.g. Total Contract Price for the Project). 7. DURATION AND TERMINATION A. This Agreement shall remain in effect until final acceptance of the Project by the ' parties, subject to the early termination provisions below. B. If a party fails to comply with any material provision(s) of this Agreement the other party may terminate this Agreement, in whole or in part, for default upon thirty (30) days written notice to the defaulting party. Any extra costs, expenses or damages incurred by the non-defaulting party as a result of the termination for default shall be borne exclusively by the party in default. The rights and remedies of this provision are in addition to any other rights or remedies provided to the non-defaulting party by law or under this Agreement. Any termination of this Agreement for default shall not relieve ' the defaulting party of any obligation which may arise out of work already performed prior to such termination. iC. The County's failure to secure all necessary funding beyond the grant monies provided to the County by the Homeland Security Grant Program under Grant#FFY06- SHSP-009 to complete the work for this Project shall not constitute a failure to comply with the material provisions of this Agreement. If expected or actual funding under the grant program is withdrawn, reduced or limited in any way prior to the completion of the Project, the County may, with thirty(30)days written notice to the City,terminate, in whole or in part,this Agreement. Prior to such termination for lack of funding the parties shall meet and confer to discuss and determine how completion of the Project, if possible, may occur. 8. OTHER PROVISIONS ' A. This Agreement contains the entire written agreement of the parties and supersedes all prior discussions. This Agreement may be amended only in writing, signed by the authorized representative of each party. 6. ' B. Nothing contained herein is intended to, nor shall be construed to, create any , rights in any party not a signatory to this Agreement, or to form the basis for any liability on the part of the City, the County, or their officials, employees or representatives,to any parry not a signatory to this Agreement. , C. Waiver of any default or breach of this Agreement shall not be deemed to be a waiver of any other prior or subsequent default or breach and shall not be construed to be a modification of the terms of this Agreement unless stated to be such through written agreement of both parties. D. If any provision of this Agreement is held invalid or unenforceable by a court of competent jurisdiction, the remainder of this Agreement shall not be affected thereby and shall continue in full force and effect if such remainder would continue to serve the purposes and objectives of the parties. E. Each party shall maintain records that accurately reflect the actions taken and ' services provided pursuant to this Agreement, and all direct and indirect costs incurred in the performance of this Agreement. Such records and documents shall be subject to inspection,review or audit by King County,the City, and/or federal/state and local officials so authorized by law, at the requesting party's sole expense. Such records shall be made available for inspection or audit during the record keeper's regular business hours within a reasonable time after the record keeper's receipt of the request for inspection of the same. These rights and obligations shall exist during the performance of this Agreement and continue for six(6) years after the termination or natural expiration of the Agreement, whichever first occurs. , F. In the event of a contractual dispute between the parties regarding this Agreement,the parties shall attempt to resolve the matter informally. If the parties are i unable to resolve the matter informally, the matter shall be forwarded for discussion to the for the City and for the County, or their respective designees. If this process fails to resolve the dispute within thirty(30) days after such referral, the parties may agree to submit the matter to mediation or to other alternative dispute resolution. If the parties agree to submit the ' matter to alternate dispute resolution and the matter is not resolved, a party shall be entitled to pursue any legal remedy available in a court of law. G. In the event that either party deems it necessary to institute legal actions or proceedings to enforce any right or obligation under this Agreement, the parties hereto agree that any such action shall be initiated in King County Superior Court of the State of , Washington. This Agreement shall be interpreted and construed in accordance with the laws of the State of Washington. The City hereby consents to the personal jurisdiction of the King County Superior Court of the State of Washington. 7. ' 10. CONTACT PERSON AND NOTICE A. The parties to this Agreement shall each appoint a contact person or persons to act as a project representative for the Project. These contact persons will meet on an "as needed" basis to provide guidance for the Project and serve as a coordination body between the parties. B. All notices required to be given under the terms of this Agreement shall be sent in writing to the parties at the addresses below: IN WITNESS WHEREOF,the parties hereto have executed this Agreement effective as of the date last written below. KING COUNTY, WASHINGTON Title of Authorized Representative City of Kent 1 Name Date Title of Authorized Representative King County Name Date r Exhibit A Addendum to Inter Agency Agreement Auxiliary Power Project for Shelters Project Overview Kent Senior Center, Kent Owner: City of Kent Address: 600 East Smith Street Kent, Wa. 98032 Phone: (253) 856-5150 ' Project installation cost estimate: $80,960 plus tax. ' The work includes but is not limited to furnishing all permits, materials, equipment, labor, supervision, tools, and items necessary for the construction, installation, connection, testing and operation ' of all electrical work for the project. ' Installation of a 1600 Amp, three-pole, service entrance rated manual transfer switch to provide power to the building, including large, multi purpose rooms, restrooms, administrative areas and kitchen equipment, lighting and outlets • Building management control is an Apogee/Siemens System and will require programming to shed or block selected loads ' in order to allow for a 150 KW portable generator. • Provide auxiliary contacts for interface with building electrical system. ' • Provide NEMA 3R vandal — resistant connection cabinet with lugs for two sets of #4 to 600 KCMIL copper conductors. ' Cable bushings in bottom and padlocked hasp. • See E2 of plan set for additional details. 1 Site Representatives The Kent Senior Center is normally fully scheduled throughout the day and evening. Contractors will coordinate use of premises and building access under the direction of the Owners Project Site Representative. Communication with site reps prior to scheduling use is critical to minimize disruption of planned activities. r ' The facility will be closed for maintenance August 25 th —August 29th, providing a one week window for construction. Site Representatives: i Senior Center Director - Lea Bishop (253) 856 - 5150 Facilities Management Superintendant - Charlie Lindsey (253) 856-5081 1 Hazardous Materials All facilities have completed hazardous material removal projects and have reports available for reference. Hazardous material verification by Steve Chavey, King County Parks Project Manager 6/6/08 Facility Schedule Disruption All work hours must be coordinated with site staff prior to scheduling on site construction. Power disconnection must be scheduled one week in advance. Optimum scheduling for this site is August 25 — 29. The facility will be closed for maintenance at this time. Facility Access Access Roads, Parking areas and deliveries to the site. Access: Access work site from Smith Street, Northwest corner of 1 facility at Service and dumpster entry. , Access building via building main entry. Parking: main parking lot on west of facility. Temporary parking at service entry. ' Deliveries to the site: via Smith Street service entry. Side entry, door into Senior Center, located near proposed generator terminal, ' may be used with facility staff coordination. Facility Storage There is no available equipment or material storage on site. ' Kent City Council Meeting Date July 15, 2008 ' Category Consent Calendar - 6G 1. SUBJECT: WASHINGTON STATE MILITARY DEPARTMENT GRANT - ACCEPT AND AUTHORIZE 2. SUMMARY STATEMENT: Accept the Washington Military Department matching funds reimbursable grant in the amount of $80,507 to enhance local budgets through the Federal Emergency Management Agency (FEMA) Emergency Management Performance Grant (EMPG), approve expenditure of the funds, and authorize the Mayor to sign all necessary documents, subject to terms and conditions acceptable to the City Attorney. The Washington State Military Department, Emergency Management Division, receives grant monies each year from FEMA through EMPG. A portion of this grant is earmarked by the State to be passed though to local jurisdictions that have emergency management programs to enhance their operating budgets. Each jurisdiction that applies and meets the qualifications specified in WAC 118- 09-040 is awarded a grant based on the size of their emergency management 1 operating budget. Funds are utilized by local jurisdictions to assist in providing emergency management capability. ' The Statement of Work, which is included in the attached contract, outlines the objectives, goals, and deliverables that were identified when the City's Emergency Management Division applied for the grant monies. The City Attorney's office has reviewed the contract. 3. EXHIBITS: Contract 4. RECOMMENDED BY: Staff and Public Safety Committee 718l08 (Committee, Staff, Examiner, Commission, etc.) 5. FISCAL IMPACT Expenditure? X Revenue? X Currently in the Budget? Yes No X 6. CITY COUNCIL ACTION: Councilmember moves, Councilmember seconds DISCUSSION: ACTION: Washington State Military Department g ry CONTRACT FACE SHEET 1. Contractor Name and Address: 2. Contract Amount: 3. Contract Number 11 City of Kent Emergency Management 24611 116th Avenue S.E. $80,607 E08-313 Kent, WA 98030-4939 4. Contractors Contact Person, phone number: 5. Contract Start Date: 6. Contract End Date: Brian Felczak, (253)856-4345 October 1,2007 March 31,2009 7. MD Program Manager/phone number: 8. State Business License#: 9. UBI#(state revenue): Rachel Sova(253)512-7064 NA 173-000-002 10. Funding Authority: Washington State Military Department(Department)and the U.S. Department of Homeland Security(DHS) 11. Funding Source Agreement#: 12. Program Index# & OBJ/SUB-OJ 13. CFDA#&Title: 14. TIN or SSN: 2008-EM-E8.0028 78313, 78314 NZ 97.042 EMPG 91-6001264 15. Service Districts: 16. Service Area by County(les): 17. Women/Minority-Owned,State (BY LEG DIST): 31,47 King Count Certified?: X N/A ❑ NO (BY CONG DIST): 8,9 n g y ❑ YES, OMWBE# 18. Contract Classification: 19. Contract Type(check all that apply): ❑ Personal Services ❑ Client Services X Public/Local Gov't X Contract ❑ Grant ❑ Agreement ❑ Collaborative Research ❑ A/E ❑ Other ❑ Intergovernmental (RCW 39.34) ❑ Interagency 20. Contractor Selection Process: 21. Contractor Type(check all that apply) X 'To all who apply&qualify" , ❑ Competitive Bidding ❑ Private Organization/Individual ❑ For-Profit ❑ Sole Source ❑ A/E RCW ❑ N/A X Public Organization/Jurisdlction X Non-Profit ❑ Filed w/OFM? ❑ Advertised? ❑YES ONO ❑ VENDOR X SUBRECIPIENT ❑ OTHER 22. BRIEF DESCRIPTION: To provide U.S. Department of Homeland Security (DHS) Emergency Management Performance Grant (EMPG)funds to local jurisdictions and tribes that have emergency management programs to support their emergency management operating budget In an effort to enhance their emergency management program. IN WITNESS WHEREOF, the Department and Contractor acknowledge and accept the terms of this contract and attachments hereto and have executed this contract as of the date and year written below. This Contract Face Sheet, Special Terms and Conditions, General Terms and Conditions, Statement of Work, and Budget govern the rights and obligations of bath parties to this contract. In the event of an inconsistency in this contract, unless otherwise provided herein, the inconsistency shall be resolved by giving precedence in the following order: (a) Applicable Federal and State Statutes and Regulations (b) Statement of Work (c) Special Terms and Conditions (d) General Terms and Conditions, and If attached, (e) any other provisions of the contract incorporated by reference. This contract contains all the terms and conditions agreed upon by the parties. No other understandings, oral or otherwise, regarding the subject matter of this contract shall be deemed to exist or to bind any of the parties hereto. WHEREAS, the parties hereto have executed this contract on the day and year last specified below. FOR THE DEPARTMENT: FOR THE CONTRACTOR: Signature Date Signature Date James M. Mullen, Director Suzette Cooke, Mayor Emergency Management Division For Washington State Military Department City of Kent Emergency Management APPROVED AS TO FORM: Sara J. Finlay (signature on file) 9/12/2007 Assistant Attorney General Form 10/27/00 kdb DHS-EMPG-FFY 08 Page 1 of 26 City of Kent Emergency Management E08-313 SPECIAL TERMS AND CONDITIONS ARTICLE I -- COMPENSATION SCHEDULE: This is a fixed price, reimbursement contract. Within the total contract amount, travel, subcontracts, salaries and wages, benefits, printing, equipment, and other goods and services or other budget categories will be reimbursed on an actual cost basis unless otherwise provided in this contract. Any travel or subsistence reimbursement allowed under the contract shall be paid in accordance with rates set pursuant to RCW 43.03.050 and RCW 43.03.060 as now existing or amended and in agreement with federal rates. Receipts and/or backup documentation for any approved budget line items including travel related expenses that are authorized under this contract must be maintained by the Contractor and be made available upon request by the Military Department. Some flexibility to shift funds between/among budget categories is allowed as follows: Changes to any single budget category in excess of 10% or$100, whichever is greater, will not be reimbursed without the prior written authorization of the Department. Budget categories are as specified or defined in the budget sheet of the contract. ARTICLE It -- REPORTS: In addition to the reports as may be required elsewhere in this contract, the Contractor shall prepare and submit the following reports to the Department's Key Personnel: Financial #/Copies Due Date Invoices 1 Within 30 days after the end of the period in which the work was performed as specified in Attachment A Invoices must be submitted no more frequently than monthly and it is recommended that invoices be submitted at least bi-annually. Final Invoice 1 No later than 451" day (shall not exceed overall contract amount) following the contract end date All contract work must end on the contract end date, however the Contractor has up to 45 days after the contract end date to submit all final billing. Technical #/Copies Due Date Bi-Annual Strategy Implementation Report Electronic January 15 ' July 15 Performance Report Electronic August 15, 2008 Final Report Electronic No later than 45'" day following the contract end date NIMS Compliance Progress Reports Electronic September 30, 2008 All contract work must end on the contract end date, however the Contractor has up to 45 days after the contract end date to submit all final reports and/or deliverables. The Bi-Annual Strategy Implementation Report will be submitted via DHS's web-based grant reporting tool l� located at https://www.reporting.odo.dhs.gov/. The Performance Report and the Final Report will be submitted via the Military Department's web-based grant management tool located at https://fortress.wa.gov/milkams/cams/. ARTICLE III --KEY PERSONNEL: The individuals listed below shall be considered key personnel. Any substitution must be made by written notification to the Military Department. CONTRACTOR: MILITARY DEPARTMENT: Brian Felczak Rachel Sova, EMPG Program Manager DHS-EMPG-FFY 08 Page 2 of 26 City of Kent Emergency Management E08-313 ARTICLE IV --ADMINISTRATIVE REQUIREMENTS: The Contractor shall comply with OMB Circular A-87, Cost Principles for State, Local, and Indian Tribal Governments; OMB A-102, Grants and Cooperative Agreements with State and Local Governments; A-133, Audits of States, Local Governments, and Non-Profit Organizations; and 44 CFR, FEMA's codified regulations. ARTICLE V-- ADDITIONAL SPECIAL CONDITIONS AND MODIFICATION TO GENERAL CONDITIONS: 1. Funds are provided by the U.S. Department of Homeland Security (DHS) solely for the use of supporting emergency management programs as provided by the Emergency Management Performance Grant (EMPG). The Contractor shall use the funds to perform tasks as described in the Statement of Work and Budget portions of the Contractor's request for funding, as approved by the Department. Funding may not be used to replace or supplant existing local or tribal government funding of emergency management programs. 2. The Contractor shall provide a match of $80,507 of non-federal origin. Said match may be in the form of goods, services, and in-kind services. 3. The Contractor acknowledges that since this contract involves federal funding, the period of performance described herein will likely begin prior to the availability of appropriated federal funds. Contractor agrees that it will not hold the Department, the State of Washington, or the United States liable for any damages, claim for reimbursement, or any type of payment whatsoever for services performed under this contract prior to distribution of appropriated federal funds. Contractor agrees that it will not hold the Department, the State of Washington, or the United States liable for any damages, claim for reimbursement or any type of payment if federal funds are not appropriated or are not appropriated in a particular amount. 4. 'The Contractor agrees that in order to receive Federal Fiscal Year 2008 (FFY08) federal preparedness funding, to include EMPG, the National Incident Management System (NIMS) compliance requirements for 2007 must be met. Applicants will be required to certify as part of their FFY08 EMPG applications that they have met the FFY07 NIMS requirements. The NIMS Integration Center (NIC) web page, http://www.fema.gov/emergency/nims/index.shtm, is updated regularly with information about the NIMS. The website can also be used as a useful tool to determine the extent to which your jurisdiction is already compliant, as well as identify the NIMS requirements you have not yet met. ARTICLE VI — EQUIPMENT MANAGEMENT: All equipment purchased under this contract, by the Contractor or a Subcontractor, will be recorded and maintained in the Contractor's equipment inventory system. 1. Upon successful completion of the terms of this contract, all equipment purchased through this contract will be owned by the Contractor, or a recognized sub-contractor/sub-grantee for which a contract, sub- grant agreement, or other means of legal transfer of ownership is in place. 2. The Contractor, or a recognized sub-contractor/sub-grantee, shall be responsible for any and all operation and maintenance expenses and for the safe operation of their equipment including all questions of liability. 3. The Contractor shall maintain equipment records that include: a description of the property; the manufacturer's serial number, model number, or other identification number; the source of the equipment, including the Catalogue of Federal Domestic Assistance (CFDA) number; who holds title; the acquisition date; the cost of the equipment and the percentage of Federal participation in the cost; the location, use and condition of the equipment at the date the information was reported; and disposition data including the date of disposal and sale price of the property. 4. Records for equipment shall be retained by the Contractor for a period of six years from the date of the disposition, replacement or transfer. If any litigation, claim, or audit is started before the expiration of the six year period, the records shall be retained by the Contractor until all litigations, claims, or audit findings involving the records have been resolved. DHS-EMPG-FFY 08 Page 3 of 26 City of Kent Emergency Management E08-313 5. The Contractor shall take a physical inventory of the equipment and reconcile the results with h the property records at least once every two years. Any differences between quantities determined by the physical inspection and those shown in the records shall be investigated by the Contractor to determine the cause of the difference. The Contractor shall, in connection with the inventory, verify the existence, current utilization, and continued need for the equipment. 6. The Contractor shall develop a control system to ensure adequate safeguards to prevent loss, damage, and theft of the property. Any loss, damage or theft shall be investigated and a report generated. 7. The Contractor will develop adequate maintenance procedures to keep the property in good condition. 8. If the Contractor, is authorized or required to sell the property, proper sales procedures must be established to ensure the highest possible return. 9. When original or replacement equipment is no longer needed for the original project or program or for other activities currently or previously supported by a Federal agency, disposition of the equipment will be made as follows: a. Items of equipment with a current per-unit fair market value of less than $5,000 may be retained, sold or otherwise disposed of by the Contractor with no further obligation to the awarding agency. b. Items of equipment with a current per-unit fair market value of more than $5,000 may be retained or sold and the Contractor shall compensate the Federal-sponsoring agency for its share. 10. As sub-grantees of federal funds the Contractor must pass on equipment management requirements that meet or exceed the requirements outlined above for all sub-contractors, consultants, and sub-grantees who receive pass-through funding from this contract. ARTICLE VII —SUBRECIPIENT MONITORING The Department will monitor the activities of the Contractor from award to closeout and for the life of equipment purchased under this contract. The goal of the Department's monitoring activities will be to ensure that agencies receiving federal pass-through funds are in compliance with federal and state audit requirements, federal grant guidance, applicable federal and state financial guides, as well as OMB Circular A-133 and A-122 where applicable. Monitoring activities may include: • review of performance reports; • monitoring and documenting the completion of contract deliverables; • documentation of phone calls, meetings, a-mails and correspondence; • review of reimbursement requests to insure aliowability and consistency with contract budget; • observation and documentation of contract related activities, such as exercises, training, funded events and equipment demonstrations; • on-site visits to review equipment records and inventories, verify source documentation for reimbursement requests and performance reports and verify completion of deliverables. As a sub-grantee of federal funds the Contractor is required to meet or exceed the monitoring activities, as outlined above, for all sub-contractors, consultants, and sub-grantees who receive pass-through funding from this contract. ARTICLE Vlll — ENVIRONMENTAL AND HISTORIC PRESERVATION , The contractor shall ensure full compliance with FEMA's Environmental and Historic Preservation (EHP) Program. Information about these requirements can be found on pages 14-15 of the EMPG FFY08 Program Guidance located at http://www.fema.gov/emergency/empq/emp.g.shtm or on FEMA's website at http://www.fema..qov/plan/ehp/ehp-api)licant-help.shtm. DHS-EMPG-FFY 08 Page 4 of 26 City of Kent Emergency Management E08-313 Exhibit A Subrecipient Washington Military Department GENERAL TERMS AND CONDITIONS 1. DEFINITIONS As used throughout this contract, the following terms shall have the meaning set forth below: a. "Department" shall mean the Washington Military Department, as a state agency, any division, section, office, unit or other entity of the Department, or any of the officers or other officials lawfully representing that Department. b. "Contractor" shall mean that firm, organization, group, individual, or other entity performing services under this contract, and shall include all employees of the Contractor. It shall include any subcontractor retained by the prime Contractor as permitted under the terms of this contract. "Contractor" shall be further defined as one or the other of the following and so indicated on face sheet of the contract. 1} "Subreciplenf' shall mean a contractor that operates a federal or state assistance program for which it receives federal funds and which has the authority to determine both the services rendered and disposition of program funds. 2) "Vendo►" shall mean a contractor that agrees to provide the amount and kind of service or activity requested by the Department and that agrees to provide goods or services to be utilized by the Department. "Subcontractor"Subcontractor shall mean one, not in the employment of the Contractor, who is performing all or part of those services under this contract under a separate contract with the Contractor. The terms "subcontractor" and "subcontractors" mean subcontractor(s) in any tier. d. "Recipient"— a nonfederal entity that expends federal awards received directly from a federal awarding agency to carry out a federal program. e. "Pass-Through Entity' means the Washington State Military Department as it is applied to this contract. As found in SAAM 50.30.30 — "A nonfederal entity that provides a federal award to a subrecipient to carry out a federal program." f. "Nonfederal Entity" is defined as a state local government or nonprofit organization (as defined in federal Circular A-133). g. "Cognizant State Agency" shall mean a state agency that has assumed the responsibility of implementing single audit requirements and coordinating audit follow-up for a particular grantee by virtue of providing the majority of federal assistance. If funds are received from more than one state agency, the cognizant state agency shall be the agency who contributes the largest portion of federal financial assistance to the subrecipient unless the designation has been reassigned to a different state agency by mutual agreement. h. "Federal Financial Assistance" — Assistance that nonfederal entities receive or administer in the form of grants, loans, loan guarantees, property (including donated surplus property), cooperative agreements, interest subsidies, insurance, food commodities, direct appropriations or other assistance. It does not include amounts received for provision of vendor services to federal agencies or reimbursement for services rendered directly to individuals. I. "Grant" - For the purposes herein, the term "grant" may be used to mean "contracts" or"grants" or"agreements". j. "CFDA Number" — The five-digit number assigned to a federal assistance program in the federal Catalog of Federal Domestic Assistance (CFDA) or, in the absence of a catalog defined number, the number defined by instructions from the federal audit clearinghouse. k. "CFR" —Code of Federal Regulations I. "OMB"— Office of Management and Budget m. "RCW" - Revised Code of Washington n "WAC" -Washington Administrative Code, DHS-EMPG-FFY 08 Page 5 of 26 City of Kent Emergency Management E08-313 2. SUBR MONITORING ECIPI N E T a. The Department, as a Recipient and/or Pass-Through Entity, receives federal financial assistance under federal programs and is charged with maintaining compliance with federal and state laws and regulations regarding the monitoring, documentation, and auditing of subrecipient grant activities using federal financial assistance. Management and implementation guidelines for, the federal programs ensure compliance with statutes, grant guidelines, the sub-award agreement, Office of Management and Budget (OMB) circulars (including OMB Circular A-133), subrecipient audits, and other guidance found in the Federal Register. The Department shall adhere to its Subrecipient Monitoring Policy and the Subrecipient Monitoring Procedures (WMD Policy number 00-025-05.) b. The Contractor shall perform under the terms of the contract and the Department has responsibility for reasonable and necessary monitoring of the Contractor's performance. The Department shall conduct contract monitoring activities on a regular basis. Monitoring is defined as any planned, ongoing, or periodic activity that measures and ensures contractor compliance with the terms, conditions, and requirements of a contract. Monitoring involves prudent collection of information about Contractor operations and is not limited to site visits or the completion of formal reviews. Monitoring may include periodic contractor reporting to the Department, Department review of audit reports, invoice reviews, onsite reviews and observations, and surveys. Adequate documentation is essential for effective contract monitoring and will include copies of letters, meeting notes, and records of phone conversations as evidence that conscientious monitoring has occurred during the period of the contract. Subrecipient monitoring will occur throughout the year rather than relying solely on a once-a-year audit. The Contractor agrees to cooperate with all monitoring activities and to comply with reporting requirements. The Department as the Recipient and/or Pass-Through Entity will conduct on-site visits as appropriate and required by contract for "for-profit" subreciplents, since the A-133 Single Audit does not apply to "for-profit" organizations. 3. RECORDS, MONITORING AND AUDIT ACCESS a. The Contractor shall cooperate with and fully participate in all monitoring or evaluation activities that are pertinent to this contract. b. Access to public records-The Contractor acknowledges that the Department is subject to the Public Records Act, Chapter 42.56 RCW, and that records prepared, owned, used or retained by the Department relating to the conduct of government or the performance of any governmental or proprietary function are available for public inspection and copying, except as exempt under RCW 42.56 or other statute which exempts or prohibits disclosure of specific information or records. C. The Contractor'shall maintain all books, records, documents, data and other evidence relating to this contract and the provision of any materials, supplies, services and/or equipment under this contract herein, including, but not limited to, records of accounting procedures and practices that sufficiently and properly reflect all direct and indirect costs of any nature expended in the performance of this contract. At no additional cost, these records, including materials generated .under the contract, shall be subject at all reasonable times to inspection, review and audit by personnel duly authorized by the Department, the Washington State Auditor's Office, and federal officials so authorized by law, rule, regulation, or contract. The Contractor will retain all books, records, documents, and other materials relevant to this contract and make them available for inspection, review or audit for six (6) years from the end date of this contract, date of final payment or conclusion of services performed under this contractor, whichever is later. If any litigation, claim or audit is started before the expiration of the six (6)year period, the records shall be retained until final resolution of all litigation, claims, or audit findings involving the records. DHS-EMPG-FFY 08, Page 6 of 26 City of Kent Emergency Management E08-313 d. Contractor shall provide right of access to its facilities and records to the Department and any other authorized agent or official of the state of Washington or the federal government, at all reasonable times, in order to monitor and evaluate performance, compliance, and/or quality assurance under this contract. 4. SINGLE AUDIT ACT REQUIREMENTS (INCLUDING ALL. AMENDMENTS) Non-federal entities as subrecipients that expend $500,000 or more in one fiscal year of federal funds from all sources, direct and indirect, are required to have a single or a program-specific audit conducted in accordance with the Office of Management and Budget (OMB) Circular A-133-Audits of States, Local Governments, and Non-Profit Organizations (revised June 27, 2003, effective for fiscal years 'ending after December 31, 2003). Non-federal entities that spend less than $500,000 a year in federal awards are exempt from federal audit requirements for that year, except as noted in Circular No. A-133. Circular A-133 is available on the OMB Home Page at http://www.omb.Clov and then select "Grants Management' followed by "Circulars". Contractors required to have an audit must ensure the audit is performed in accordance with Generally Accepted Auditing Standards (GAAS) as found in the Government Auditing Standards (the Revised Yellow Book) developed by the Comptroller General and the OMB Compliance Supplement. The Contractor has the responsibility of notifying the Washington State Auditor's Office and requesting an audit. Costs of the audit may be an allowable grant expenditure. The Contractor shall maintain auditable records and accounts so as to facilitate the audit requirement and shall ensure that any subcontractors also maintain auditable records. The Contractor is responsible for any audit exceptions incurred by Its own organization or that of its subcontractors. Responses to any unresolved management findings and disallowed or questioned costs shall be included with the audit report. The Contractor must respond to Department requests for information or corrective action concerning audit issues or findings within 30 days of the date of request. The Department reserves the right to recover from the Contractor all disallowed costs resulting from the audit. Once the single audit has been completed, the Contractor must send a full copy of the audit to the Department and a letter stating there were no findings, or if there were findings, the letter should provide a list of the findings. The Contractor must send the audit and the letter no later than nine (9) months after the end of the Contractor's fiscal year(s) to: Accounting Manager Washington Military Department Finance Division, Building #1 TA-20 Camp Murray,WA 98430-5032 In addition to sending a copy of the audit, the Contractor must include a corrective action plan for any audit findings and a copy of the management letter if one was received. The Contractor shall include the above audit requirements in any subcontracts. 5. RECAPTURE PROVISIONS In the event that the Contractor fails to expend funds under this contract In accordance with applicable state and federal laws and/or the provisions of this contract, the Department reserves the right to recapture funds in an amount equivalent to the extent of the noncompliance in addition to any other remedies available at law or in equity. Such right of recapture shall exist for a period not to exceed six (6) years following contract termination or audit resolution, whichever is later. Repayment by the Contractor of funds under this recapture provision shall occur within 30 days of demand. The Department is required to institute legal proceedings to enforce the recapture provision. 6. COMPLIANCE WITH APPLICABLE LAW The Contractor and all subcontractors shall comply with all applicable federal, state, tribal government, and local laws, regulations, and policies. DHS-EMPG-FFY 08 Page 7 of 26 City of Kent Emergency Management E08-313 ),; This obligation includes, but is not limited to, compliance with Ethics in Public Service (RCW 42.52 Covenant Against Contingent Fees (48 C.F.R. § 52.203-5); Public Records Act (RCW 42,56); Drug- Free Workplace Act of 1988 (41 U.S.C. § 701 et seq. and 15 C.F.R. Part 29); Lobbying Restrictions (31 U.S.C. § 1352 and 15 C.F.R. Part 28); and safety and health regulations. The Department is not responsible for advising the Contractor about, or determining the Contractor's compliance with, applicable laws, regulations and policies. In the event of the Contractor's or a subcontractor's noncompliance or refusal to comply with any applicable law, regulation or policy, the Department may rescind, cancel, or terminate the contract in whole or in part. The Contractor is responsible for any and all costs or liability arising from the Contractor's failure to comply with applicable law, regulation or policy. 7. NONDISCRIMINATION During the performance of this contract, the Contractor shall comply with all federal and state nondiscrimination statutes and regulations. These requirements include, but are not limited to: a. Nondiscrimination in Employment: The Contractor shall not discriminate against any employee or applicant for employment because of race, color, sex, sexual orientation, religion, national origin, creed, marital status, age, Vietnam era or disabled veterans status, or the presence of any sensory, mental, or physical handicap. Such action shall include, but not be limited to, the following: Employment, upgrading, demotion, or transfer, recruitment or recruitment selection for training, including apprenticeships and volunteers. This requirement does not apply, however, to a religious corporation, association, educational institution or society with respect to the employment of individuals of a particular religion to perform work connected with the carrying on by such corporation, association, educational institution or society of its activities. b. Nondiscrimination laws and policies (such as RCW 49.60, Washington's Law Against Discrimination, and Title VII of the Civil Rights Act). 8. AMERICANS WITH DISABILITIES ACT (ADA) OF 1990, PUBLIC LAW 101-336, 42 U.S.C. § 12101 et seq. and 28 C.F.R Part 35 and other implementing regulations. The Contractor must comply with the ADA, which provides comprehensive civil rights protection to individuals with disabilities in the areas of employment, public accommodations, state and local government services,-and telecommunication. 9. UTILIZATION OF MINORITY AND WOMEN BUSINESS ENTERPRISES (MWBE) The Contractor is encouraged to utilize firms that are certified by the Washington State Office of Minority and Women's Business Enterprises as minority-owned and/or women-owned in carrying out the purposes of this contract. 10. PUBLICITY The Contractor agrees to submit to the Department all advertising and publicity relating to this contract wherein the Department's name is mentioned or language used from which the connection of the Department's name may, in the Department's judgment, be inferred or implied. The Contractor agrees not to publish or use such advertising and publicity without the prior written consent of the Department. 11. DISCLOSURE The use or disclosure by any party of any information concerning the Department for any purpose not directly connected with the administration of the Department's or the Contractors responsibilities with respect to services provided under this contract is prohibited except by prior written consent of the Department. 12. CERTIFICATION REGARDING DEBARMENT SUSPENSION OR INELIGIBILITY If federal funds are the basis for this contract, the Contractor certifies that neither the Contractor nor its principals are presently debarred, suspended, proposed for' debarment, declared ineligible, or voluntarily excluded from participating in this contract by any federal department or agency. If requested by the Department, the Contractor shall complete and sign a Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion form. Any such form completed by the Contractor for this Contract shall be incorporated into this Contract by reference. DHS-EMPG-FFY 08 Page 8 of 26 City of Kent Emergency Management E08-313 Further, the Contractor agrees not to enter into any arrangements or contracts related to this grant with any party that is on the "General Service Administration List of Parties Excluded from Federal Procurement or Non-procurement Programs"which can be found at www.epis., ov. 13. LIMITATION OF AUTHORITY--"Authorized Signature" The signatories to this contract represent that they have the authority to bind their respective organizations to this contract. Only the assigned Authorized Signature for each party, or the assigned delegate by writing prior to action, shall have the express, implied, or apparent authority to alter, amend, modify, or waive any clause or condition of this contract. Furthermore, any alteration, amendment, modification, or waiver of any clause or condition of this contract is not effective or binding unless made in writing and signed by the Authorized Signature(s). 14. CONTRACTOR NOT EMPLOYEE-- INDEPENDENT STATUS OF CONTRACTOR The parties intend that an independent contractor relationship will be created by this contract. The Contractor and/or employees or agents performing under this contract are not employees or agents of the Department in any manner whatsoever, and will not be presented as nor claim to be officers or employees of the Department or of the State of Washington by reason hereof, nor will the Contractor and/or employees or agents performing under this contract make any claim, demand, or application to or for any right, privilege or benefit applicable to an officer or employee of the Department or of the State of Washington, including, but not limited to, Worker's Compensation coverage, unemployment insurance benefits, social security benefits, retirement membership or credit, or privilege or benefit which would accrue to a civil service employee under Chapter 41.06 RCW. It is understood that if the Contractor is another state department, state agency, state university, state college, state community college, state board, or state commission, that the officers and employees are employed by the state of Washington in their own right. If the Contractor is an individual currently employed by a Washington State agency, the Department shall obtain proper approval from the employing agency or institution. A statement of "no conflict of interest" shall be submitted to the Department. 15. NONASSIGNABILITY This contract, the work to be provided under this contract, and any claim arising thereunder, are not assignable or delegable by either party in whole or in part, without the express prior written consent of the other party, which consent shall not be unreasonably withheld. 16. SUBCONTRACTING Neither the Contractor nor any subcontractor shall enter into subcontracts for any of the work contemplated under this contract without obtaining prior written approval of the Department. Contractor shall use a competitive process in award of any contracts with subcontractors that are entered into after original contract award. All subcontracts entered into pursuant to this contract shall incorporate this contract in full by reference. In no event shall the existence of the subcontract operate to release or reduce the liability of the Contractor to the Department for any breach in the performance of the Contractor's duties. The Military Department may request a copy of any and/or all subcontracts for work being completed under this contract. 17. CONTRACT MODIFICATIONS The Department and the Contractor may, from time to time, request changes to the contract or grant. Any such changes that are mutually agreed upon by the Department and the Contractor shall be incorporated herein by written amendment to this contract. It is mutually agreed and understood that no alteration or variation of the terms of this contract shall be valid unless made in writing and signed by the parties hereto, and that any oral understanding or agreements not incorporated herein, unless made in writing and signed by the parties hereto, shall not be binding. DHS-EMPG-FFY 08 Page 9 of 26 City of Kent Emergency Management E08-313 SE BILITY 18 VERA In the event any term or condition of this contract, any provision of any document incorporated by reference, or application of this contract to any person or circumstances is held invalid, such invalidity shall not affect other terms, conditions, or applications of this contract which can be given effect without the invalid term, condition, or application. To this end, the terms and conditions of this contract are declared severable. 19. ADVANCE PAYMENTS PROHIBITED The Department shall make no payments in advance or in anticipation of goods or services to be provided under this contract. Contractor shall not invoice the Department in advance of delivery of such goods or services. 20. TAXES, FEES AND LICENSES Unless otherwise provided in this contract, the Contractor shall pay for and maintain in current status all taxes, unemployment contributions, fees, licenses, assessments, permit charges and expenses of any other kind for the Contractor or its staff required by statute or regulation that are necessary for contract performance. 21. TRAVEL AND SUBSISTENCE REIMBURSEMENT Unless the contract specifically provides for different rates, any travel or subsistence reimbursement allowed under the contract shall be paid in accordance with rates set pursuant to RCW 43.03.050 and RCW 43.03.060 as now existing or amended. The Contractor may be required to provide to the Department copies of receipts for any travel related expenses other than meals and mileage (example: parking lots that do not provide receipts)that are authorized under this contract. 22. GOVERNING LAW AND VENUE This contract shall be construed and enforced in accordance with, and the validity and performance hereof shall be governed by, the laws of the state of Washington. Venue of any suit between the parties arising out of this contract shall be the Superior Court of Thurston County, Washington. 23. HOLD HARMLESS AND INDEMNIFICATION Each party to this contract shall be responsible for injury to persons or damage to property resulting from negligence on the part of itself, its employees, agents, officers, or subcontractors. Neither party assumes any responsibility to the other party for the consequences of any act or omission of any third party. 24. WAIVER OF DEFAULT Waiver of any default or breach shall not be deemed to be a waiver of any other or subsequent default or breach. Any waiver shall not be construed to be a modification of the terms of this contract unless stated to be such in writing signed by The Adjutant General or the Authorized Signature for the Department and attached to the original contract. 25. DISPUTES The parties shall make every effort to resolve disputes arising out of or relating to this contract through discussion and negotiation. Should discussion and negotiation fail to resolve a dispute arising under this contract, the parties shall select a dispute resolution team to resolve the dispute. The team shall consist of a representative appointed by each party and a third representative mutually agreed upon by both parties. The team shall attempt, by majority vote, to resolve the dispute. Both parties agree that this disputes process shall precede any action in a judicial or quasi-judicial tribunal. Nothing in this section shall preclude the parties from mutually agreeing to a different dispute resolution method in lieu of the procedure outlined above. 26. ATTORNEY'S FEES In the event of litigation or other action brought to enforce contract terms, or alternative dispute resolution process, each party agrees to bear its own attorney's fees and costs. DHS-EMPG-FFY 08 Page 10 of 26 City of Kent Emergency Management E08-313 27. LOSS OR REDUCTION OF FUNDING In the event funding from state, federal, or other sources is withdrawn, reduced, or limited in any way after the effective date of this contract and prior to normal completion, the Department may reduce its scope of work and budget or unilaterally terminate all or part of the contract as a "Termination for Cause", without providing the Contractor an opportunity to cure. Alternatively, the parties may renegotiate the terms of this contract under "Contract Modifications" to comply with new funding limitations and conditions, although the Department has no obligation to do so. 28. TERMINATION OR SUSPENSION FOR CAUSE In the event the Department, in its sole discretion, determines the Contractor has failed to fulfill in a timely and proper manner its obligations under this contract, is in an unsound financial condition so as to endanger performance hereunder, is in violation of any laws or regulations that render the Contractor unable to perform any aspect of the contract, or has violated any of the covenants, agreements or stipulations of this contract, the Department has the right to immediately suspend or terminate this contract in whole or in part. The Department may notify the Contractor in writing of the need to take corrective action and provide a period of time in which to cure. The Department is not required to allow the Contractor an opportunity to cure if it is not feasible as determined solely within the Department's discretion. Any time allowed for cure shall not diminish or eliminate the Contractor's liability for damages or otherwise affect any other remedies available to the Department. If the Department allows the Contractor an opportunity to cure, the Department shall notify the Contractor in writing of the need to take corrective action. if the corrective action is not taken within ten (10) calendar days or as otherwise specified by the Department, or if such corrective action is deemed by the Department to be insufficient, the contract may be terminated in whole or in part. The Department reserves the right to suspend all or part of the contract, withhold further payments, or prohibit the Contractor from incurring additional obligations of funds during investigation of the alleged compliance breach, pending corrective action by the Contractor, if allowed, or pending a decision by the Department to terminate the contract in whole or in part. In the event of termination, the Contractor shall be liable for all damages as authorized by law, including but not limited to, any cost difference between the original contract and the replacement or cover contract and all administrative costs directly related to the replacement contract, e.g., cost of administering the competitive solicitation process, mailing, advertising and other associated staff time. The rights and remedies of the Department provided for in this section shall not be exclusive and are in addition to any other rights and remedies provided by law. If it is determined that the Contractor: (1) was not in default or material breach, or (2) failure to perform was outside of the Contractor's control, fault or negligence, the termination shall be deemed to be a "Termination for Convenience". 29. TERMINATION FOR CONVENIENCE Notwithstanding any provisions of this contract, the Contractor may terminate this contract by providing written notice of such termination to the Department's Key Personnel identified in the contract, specifying the effective date thereof, at least thirty(30)days prior to such date. Except as otherwise provided in this contract, the Department,_in its sole discretion and in the best interests of the State of Washington, may terminate this contract in whole or in part by providing ten (10) calendar days written notice, beginning on the second day after mailing to the Contractor. Upon notice of termination for convenience, the Department reserves the right to suspend all or part of the contract, withhold further payments, or prohibit the Contractor from incurring additional obligations of funds. In the event of termination, the Contractor shall be liable for all damages as authorized by law. The rights and remedies of the Department provided for in this section shall not be exclusive and are in addition to any other rights and remedies provided by law. DHS-EMPG-FFY 08 Page 11 of 26 City of Kent Emergency Management E08-313 30. TERMINATION PROCEDURES In addition to the procedures set forth below, if the Department terminates this contract, the Contractor shall follow any procedures specified in the termination notice. Upon termination of this contract and in addition to any other rights provided in this contract, the Department may require the Contractor to deliver to the Department any property specifically produced or acquired for the performance of such part of this contract as has been terminated. If the termination is for convenience, the Department shall pay to the Contractor the agreed upon price, if separately stated, for properly authorized and completed work and services rendered or goods delivered to and accepted by the Department prior to the effective date of contract termination, and the amount agreed upon by the Contractor and the Department for (1) completed work and services and/or equipment or supplies provided for which no separate price is stated, (ii) partially completed work and services and/or equipment or supplies provided which are accepted by the Department, (iii) other work, services and/or equipment or supplies which are accepted by the Department, and (iv) the protection and preservation of property. Failure to agree with such amounts shall be a dispute within the meaning of the "Disputes" clause of this contract. If the termination is for cause, the Department shall determine the extent of the liability of the Department. The Department shall have no other obligation to the Contractor for termination. The Department may withhold from any amounts due the Contractor such sum as the Department determines to be necessary to protect the Department against potential loss or liability. The rights and remedies of the Department provided in this contract shall not be exclusive and are in addition to any other rights and remedies provided by law. After receipt of a notice of termination, and except as otherwise directed by the Department in writing, the Contractor shall: a. Stop work under the contract on the date, and to the extent specified, in the notice; b. Place no further orders or subcontracts for materials, services, supplies, equipment and/or facilities in relation to this contract except as may be necessary for completion of such portion of the work-under the contract as is not terminated; C. Assign to the Department, in the manner, at the times, and to the extent directed by the Department, all of the rights, title, and interest of the Contractor under the orders and subcontracts so terminated, in which case the Department has the right, at its discretion, to settle or pay any or all claims arising out of,the termination of such orders and subcontracts; d. Settle all outstanding liabilities and all claims arising out of such termination of orders and subcontracts, with the approval or ratification of the Department to the extent the Department may require, which approval or ratification shall be final for all the purposes of this clause; e. Transfer title to the Department and deliver in the manner, at the times, and to the extent directed by the Department any property which, if the contract had been completed, would have been required to be furnished to the Department; f. Complete performance of such part of the work as shall not have been terminated by the Department in compliance with all contractual requirements; and g. Take such action as may be necessary, or as the Department may require, for the protection and preservation of the property related to this contract which is in the possession of the Contractor and in which the Department has or may acquire an interest. AAG Approved 9/12/2007 DHS-EMPG-FFY 08 Page 12 of 26 City of Kent Emergency Management E08-313 Exhibit B Statement of Work FFY 2008 Emergency Management Performance Grant Program INTRODUCTION: The Washington State Military Department Emergency Management Division (EMD) 3 receives grant monies each year from the U.S. Department of Homeland Security (DHS) through the Emergency Management Performance Grant (EMPG). A portion of this grant has been identified by the state to be passed through to local jurisdictions and tribes that have emergency management programs to supplement their local/tribal operating budget. Each jurisdiction or tribe that applies and meets the qualifications specified in WAC 118-09 regarding emergency management assistance funds is awarded a grant based on the size of their agency's emergency management operating budget. Funds are used by local jurisdictions and tribes to enhance their emergency management capability. The Statement of Work outlines the activities and deliverables the Contractor has identified to be performed for FFY08 EMPG. The Timeline outlines the schedule that the Contractor agrees to in order to fulfill the grant deliverables during the contract performance period. The Budget Sheet outlines the Contractor's emergency management operating budget (excluding federal funds) that is dedicated to emergency management activities. In addition, the Budget Sheet is used to announce the FFY08 EMPG award. GENERAL PROGRAM REQUIREMENTS: 1. Prepare and submit a Bi-Annual Strategy Implementation Report (BSIR), via the web-based grant reporting tool (https://www.reporting.odl2.dhs.gov). Failure to meet all of the reporting deadlines outlined in the Milestone and Timeline Schedule will prohibit the Contractor from being reimbursed while reports are outstanding. 2. Report progress on deliverables and advise the Military Department, in writing, of necessary adjustments to the content of the contract. Performance reports will be submitted using the on-line electronic Grant Management System (e-GMS) located at https://fortress.wa.govlmil/gms/gms/. 3. Adhere to all financial and procurement guidance, including competitive processes and other procurement requirements, to include: Office of Management and Budget (OMB) Circulars, A-87 (Cost Principles for State, local and Indian Tribal Governments) and A-133 (Audits of States,, Local Governments, and Non-Profit Organizations) and Federal Emergency Management Agency's codified regulations, 44 CFR. Local and state procurement and contracting regulations take precedent over these requirements when local and state regulations are more stringent. • Adhere to DHS requirements that all sole source contracts over $100,000 be reviewed and approved by the Department prior to execution of a contract. This requirement must be passed on to all of the Contractor's sub-contractors, at which point the Contractor will be responsible for reviewing and approving their sub-contractors' sole source justifications. • Adhere to DHS requirements that all contracts with individual consultants, that are not competitively bid, and where the consultant will be charging an excess of $450 per day (excluding travel and subsistence) must be approved by the Department before the contract is executed. This requirement must be passed on to all of the Contractor's sub-contractors, at which point the Contractor will be responsible for reviewing and approving their sub-contractors' contract. 4. Plan and implement equipment purchases, exercises, training, planning and management/ administration in accordance with the FFY08 Emergency Management Performance Grant Program Guidance, which can be found at http://www.fema.gov/pdf/emergency/empg/fy08 empg guidance.odf, as well as all subsequent policy changes. 5. Ensure that all sub-contractors are in compliance with the FFY08 Emergency Management Performance Grant Program Guidance through monitoring of expenditures and periodic reviews of activities. 6. If purchasing equipment using EMPG funds, the Contractor must meet the following requirements: a. Be in compliance with the DHS Authorized Equipment List (AEL), as detailed at: http://wwwl.rkb.mipt.org . DHS-EMPG-FFY 08 Page 13 of 26 City of Kent Emergency Management E08-313 Security,b. Submit all proposed equipment purchases to the Committee on Homeland y, sub- committee on equipment to ensure that the requested equipment is on the AEL, is aligned with the statewide equipment purchasing strategy, and submit to DHS if necessary. No reimbursement for purchased equipment will occur until the appropriate approvals have been obtained. C. Determine whether.or not it is in the best interest of the Contractor to make purchases using its own procurement process or ask the Department to make purchases on its behalf. d. Make a request to the Department in writing that authorizes the Department to de-obiigate funding from the Contractor's contract and use the state's procurement process and contracts to purchase equipment on behalf of the Contractor. This will necessitate an amendment to the contract reducing the Contractor's award by an amount sufficient for the Department to make the purchases). The Department will pay the vendor directly and all items will be drop shipped to a location designated by the Contractor. 7. Exercises that are Implemented with grant funds must meet the requirements of the FFY08 Emergency Management Performance Grant. Upon completion of the exercise, an After Action Report and an Improvement Plan must be prepared and submitted to the Department within 60 days of completion of the exercise. Final reimbursement for related expenditures can not be made until this requirement has been met. 8. No more than 3% of the total grant award may be used on Management and Administrative expenditures. 9. Submit at maximum monthly requests for reimbursement to the Department for costs incurred using the online a-GMS located at https://fortress.wa.gov/mil/qms/qms/. 10. No costs will be paid in advance of their being incurred by the Contractor. 11. No equipment or supply costs will be reimbursed until the items have been received by the Contractor and invoiced by the vendor. 12. No travel or subsistence costs, including lodging and meals, reimbursed with EMPG funds may exceed federal maximum rates which can be found at http://www.gsa.gov. 13. Expend a minimum 15% of contract award on planning activities. CONTRACTOR TASKS: 1. Perform activities described in the attached Scope of Work (Attachment A). 2. Manage and administer the FFY08 Emergency Management Performance Grant Program. 3. If necessary, hire a Subcontractor to assist in accomplishing the contract tasks. 4. Complete all work under the contract by the contract end date, to include receipt of approved equipment items and supplies. 5. Each request for reimbursement will be accompanied by a spreadsheet detailing the expenditures to be reimbursed as well as the expenses to be considered the match for those funds. Related financial documents and invoices must be kept on file by the Contractor and be made available upon request to the Department, and local, state, or federal auditors. 6. Requests for reimbursement of equipment purchases will Include a copy of the vendor's invoice and Packing slip or a statement signed and dated by the Contractor's authorized representative that "all items invoiced have been received, are operational, and have been inventoried according to contract and local procurement requirements." THE MILITARY DEPARTMENT AGREES TO: 1. Provide technical assistance, expertise, and state coordination with DHS where necessary. 2. Reimburse the Contractor within 45 days of receipt and approval of requests for reimbursement and all documentation of expenditures as required. DHS-EMPG-FFY 08 Page 14 of 26 City of Kent Emergency Management E08-313 MILESTONE TIMELINE FFY08 Emergency Management Performance Grant Program MILESTONE TASK October 1, 2007 Start of contract performance period. May 2008 Contract Execution. August 15, 2008 Submission of Performance Report to a-GMS. September 30, 2008 Submit NIMS compliance report. January 15, 2009 Submission of Bi-annual Strategy Implementation Report (BSIR) to the Grant Reporting Tool (GRT) for FFY08 EMPG. March 31, 2009 End of grant performance period. No later than May 14 2009 Submit all final reports, requests for reimbursement and/or y deliverables. July 15, 2009 Submission of final Bi-annual Strategy Implementation Report (BSIR) to GRT for FFY08 EMPG DHS-EMPG-FFY 08 Page 15 of 26 City of Kent Emergency Management E08-313 Exhibit C Budget Sheet FFY08 Emergency Management Performance Grant Program Contract expenditures shall be documented according to the following categories when appropriate: LOCAL EMERGENCY MANAGEMENT OPERATING BUDGET SUMMARY 2008 Local Funds Budget* Salaries and Benefits $315,473 In-Direct Costs $0 Travel $1,399 Equipment $19,588 Supplies $3,680 Telephones $4,452 Printing $0 Janitorial/Maintenance $0 Auto Lease $0 Space Rental $0 Insurance $170 Subcontractor $2,387 Other $73,828 Total All Program Costs $420,977 FFY 08 EMPG Award- $12,076 Planning FFY 08 EMPG Award- $68,431 Other The Kent Emergency Management award is $80,507. This is based on the FFY08 allocation factor of 19.12% of approved local/tribal emergency management operating budgets. This award will not be used to supplant the existing local/tribal funds identified above. The Department's Reimbursement Spreadsheet will accompany each reimbursement request submitted in a-GMS. In addition, the Contractor agrees to make all records available to Military Department staff, upon request. A total of 3% of this award can be used to pay for management and administration of this contract. * No federal funds are included in the local emergency management operating budget. Funding Source: U.S. Department of Homeland Security- PI# 78313, 78314 — EMPG DHS-EMPG-FFY 08 Page 16 of 26 City of Kent Emergency Management E08-313 Attachment A Scope of Work FFY08 Emergency Management Performance Grant Program Communications and Warning Activities and deliverables within the communications and warning functional area require the ability to communicate in a disaster and effectively warn the public. This is the primary area where standards of communications interoperability and redundancy are addressed. Required Activities Deliverable Performance Measures Deadline 1. Participate in all scheduled National a. Ensure jurisdiction Jurisdiction will be better Ongoing Warning System (NAWAS) tests and is incorporated into prepared to activate exercises, whether a Primary NAWAS the fan out. NAWAS in an Warning Point, a Secondary Warning emergency. Success Point, or a Tertiary Warning Point. This b. Participate in will be measured through is the on-going test of the statewide scheduled tests. the number of successful warning fan-out as outlined in the State NAWAS tests CEMP and warning annex. All completed. emergency management jurisdictions must be a part of this fan-out. 2. Work with EMD to ensure Communicate Jurisdiction will be better Ongoing Comprehensive Emergency regularly with EMD to prepared to use Management Network (CEMNET) retain CEMNET CEMNET in an capability is maintained and participate capability and emergency. Success in scheduled testing between the local participate in testing will be measured by the Emergency Operations Center (EOC) or as scheduled. number of scheduled similar facility and the state EOC. tests the jurisdiction participates In. 3. Develop and/or update local plans Update local plans Jurisdiction will be better Ongoing and equipment for use of amateur radio and equipment as prepared to utilize (HAM bands) through the Radio necessary. RACES volunteers, Amateur Civil Emergency Service particularly if other (RACES) program and as per the state communication RACES plan. capabilities are inoperable, in an emergency. 4. Where possible, work with the Local Develop/update an Updated plans will result Ongoing Area Emergency Alert System (EAS) EAS Plan as needed. in an improved capability Committee (LAECC)•to complete an to utilize the EAS in an EAS plan and the Local Relay Network emergency. (LRN) per existing guidance from the FCC, FEMA, and the State Emergency Communications Committee with assistance from the State EMD Telecommunications staff. S. Participate in all scheduled EAS tests Participate as Jurisdiction will be better Ongoing commensurate with your EAS plan and scheduled. prepared to activate EAS operational status of your LRN. in an emergency. Success will be measured by the number of scheduled tests the jurisdiction participates in. DHS-EMPG-FFY 08 Page 17 of 26 City of Kent Emergency Management E08-313 s 6. Notify the state EOC immediately Submit a daily Coordination between A required upon activation of your local EOC. Situation Report the state and the local due to an Provide periodic (at least once per day) (SITREP) to the state EOC will improve activation. Situation Reports (SITREPs) EOC during activation. response capabilities in an event. 7. If notified by the State that it has Log-in when notified Improved information As required activated to the Phase III level, log into of a Phase III event. sharing at the state and due to an WebEOC using the State's website local level will improve activation. located at: response capabilities in https.//fortress.wa.gov/mil/webeoc/eoc6/, an event. Successful when possible. If the activation affects log-ins for activations your jurisdiction you should remain and exercises will be logged-in. For log-in information for the recorded within State's website, contact Peter Nguyen, WebEOC. WebEOC Coordinator at (253) 512- 7020. Additional Activities Deliverable Performance Measures Deadline 8. Conduct a monthly Citywide radio drill a. Monthly tracking log Improve communication Monthly on the Kent Citywide Radio System 800 of participants capabilities by providing MHz radios between the ECC and all b. End of year opportunities for city staff designated Department Operating scorecard showing to use radios. Test Centers. percentage of operations of citywide participation and radios. award for first and second place "Communicators of the Year"with the highest percentage totals. 9. Participate in King County Zone 3 a. Test radio Test communications Monthly monthly 800 MHz radio test. The test is operations across across jurisdictional and for all public and private agencies in the jurisdictional and agency boundaries. geographic area of South King County agency boundaries Provide incentive for non known as Zone 3 to test. b. Monthly Net Control participatory agencies to to be rotated on a join and increase quarterly basis communication amongst Zone 3 capabilities. agencies c. Monthly log is kept and will be summarized and presented to the Zone 3 Emergency Management Director at the first meeting in 2009 10. Review telecommunication a. Recommendation Provide enhanced November capabilities regarding the need for for equipment communication 2008 teleconferencing between the ECC specifications, cost, capabilities internally for Policy Group, Situational Briefings using purchase, and install if citywide support Web EX, Zone 3 resource management determined functions and externally decision making process, and Inter necessary. with regional partners. governmental communications. DHS-EMPG-FFY 08 Page 18 of 26 City of Kent Emergency Management E08-313 11. Participate in King County 800 MHz a. Participate at least Test communications on Weekly or radio test. monthly a regional basis Monthly as throughout King County appropriate to include County Gov, local Gov, and Special Purpose districts. 12. Research community emergency a. Identify the best Enhance public alert and February alert and notification systems. Review solution for equipment notification capabilities in 2009 various COT systems for capabilities, purchase and order to effect life and ease of use, and capacity to alert or installation of an property safety. notify residents to warn or take emergency alerting emergency actions as the result of a system (telephone call major emergency or disaster. out Crisis Communication, Public Education and Information Activities and deliverables within the crisis communication, public education and information functional area should address procedures for disseminating information to the public pre-, during, and post-disaster. Required Activities Deliverable Performance Deadline Measures 1. Conduct a public disaster education a. Preparedness Citizens of program for the inhabitants of your presentations and Washington will be community. distribution of better able to care for preparedness materials to themselves, family schools, civic groups, members, neighbors, business organizations, etc. and will improve nursing care facilities, child their ability to stay care facilities, safe during an governmental agencies, emergency. Success hospitals, the general can be measured public, etc. through the number of presentations and/or provided or participation in the b. Participate in the State's April campaign. April Disaster Preparedness Campaign. Additional Activities Deliverable Performance Deadline Measures 2. Conduct a minimum of 3 C.E.R.T. a. Improved employee, Can be measured by Spring 2008 academies. To teach the full 8 week business, and citizens the number of Fall 2008 long FEMA course using the approved capabilities to personally participants attending curriculum. Accommodate students prepare themselves to the three classes. from the general citizenry in Kent and respond and support their Target of 25 students Fire District 37, the business community and first per class for a total of community in the greater Kent area, responders during times of 75 new CERT trained and employees from Kent and emergency and disasters. individuals in 2008 Covington. If there is room outside agencies may also attend. 3. Review and update all informational a. Refinement of the Improved educational February handouts provided for community message given to public material surrounding 2009 groups, in open forums, LEPC and private agencies. the 4 phases of meetings, business outreach, and emergency personal preparedness. management. DHS-EMPG-FFY 08 Page 19 of 26 City of Kent Emergency Management E08-313 Over the years materials can become b. Removal of inaccurate outdated or in need of refreshing to or no longer relevant revitalize or repackage the message in material for public order to maintain relevancy. distribution 4. Utilize the new city web page as a a. Informational and Improved Ongoing resource for outreach and information educational material will be informational and to the local, regional, and business available from the city educational material communities. website to citizens, on the 4 phases of businesses, and regional emergency partners. management. 5. Set up and Staff visual public a. Interaction with the Handout material July 2008 display booths for large citywide citizens, promotion of promoting public events including Cornucopia Days and personal and family safety. interaction, Covington Days and hand out training Promotion of the CERT involvement, and flyers and program and other improve public preparedness information. preparedness classes and awareness. opportunities. 6. Participate in National Night Out by a. Take the CERT trailer Inform, promote, and August 5th, promoting Kent Citizen Corps out to community's improved community 2008 programs to the community. participating in NNO and involvement in the promote community Kent Citizen Corps involvement. programs. Enhanced community safety and awareness. 7. Provide a CERT Train the Train a. Class delivery to the Increase'the number February 25- course on the full 8 week long FEMA western Washington of CERT programs 26, 2008 course using the approved curriculum. region in Snohomish Co. and instructor pools. 8. Set up and staff Emergency a. Provide information on Increased awareness April 15, 2008 management professional display for the field of emergency of emergency college job fair. management, handout management information on career and functions to volunteer opportunities at graduating and Highline Community enrolled college College. students. Direction. Control and Warning Activities and deliverables within the direction, control, and warning functional area should address the ability to analyze a situation, make decisions for response, direct and coordinate response forces and resources, and coordinate with other jurisdictions. This requires use of a recognized National Incident Management System (NIMS) and compliance with NIMS requirements to remain eligible for all future preparedness funding. Required Activities Deliverable Performance Deadline Measures 1. Be fully compliant with all federal Report NIMS compliance Emergency September fiscal year 2008 National Incident progress through the state responders will have 30, 2008 Management System (NIMS) online NIMS reporting tool. a uniform set of compliance requirements by processes and September 30, 2008. For specifics on procedures thus the NIMS requirements please contact improving all-hazard Jim Kadrmas, State NIMS Coordinator, incident response at nimscoordinatora-emd.wa.gov or capabilities. 253 512-7027. DHS-EMPG-FFY 08 Page 20 of 26 City of Kent Emergency Management E08-313 Additional Activities Deliverable Performance Deadline Measures 2. Review and amend current ICS a. Improve the Improved systemic December structure and organizational model coordination, planning and use of internal 2008 currently employed as to NIMS resource management resources and flexibility and coordination of situational capability of the Kent ECC emergency support awareness and resource management. function activities. NIMS Compliance Self Certification Do you certify that your agency and EMPG sub-grantees have met NIMS compliance requirements and state reporting requirements for Federal Fiscal Year 2007 (FFY07) and shall meet NIMS compliance requirements and state reporting requirements for subsequent federal fiscal years during which you receive federal grant funds? Yes Note: Failure to meet NiMS compliance requirements will result in the loss of federal preparedness funding. Exercises. Evaluations and Corrective Actions Activities and deliverables within the exercise, evaluation, and corrective actions functional area calls for regularly scheduled exercises, evaluations and corrective actions, including a process for addressing corrective actions. Required Activities Deliverable Performance Deadline Measures 1. Each jurisdiction receiving EMPG Submit an After Action Through the exercise funds must participate in the design, Report (AAR) and process a jurisdiction conduct and evaluation of at least one Improvement Plan (IP) to can determine areas exercise during the performance the State Exercise of strength and period: full-scale, functional or Training Officer(ETO) weakness in response tabletop. The exercise should fit into within 60 days of the capabilities. the jurisdiction's multi-year exercise compjetion of the Development of an _ plan and be consistent with the exercise. The AAR and IP allows for Homeland Security Exercise and recommended format for the documentation and Evaluation Program (HSEEP). the AAR and IP can be follow-up on those At least one full-scale and one found in Volume III of the issues. Upon functional exercise must be completed HSEEP manuals at submission and within a five-year period. https:Hhseep.dhs.gov/sup approval of the AAR, port/Volumeill.pdf the ETO will issue a The exercise may be accomplished letter of EMPG credit alone or in conjunction with FEMA, to the jurisdiction. EMD, other public or private entities, or with neighboring urisdictions. 2. In the event a jurisdiction Submit an After Action Development of an As necessary, experiences an actual event that Report(AAR)and AAR and IP allows for depending on adequately tests overall emergency Improvement Plan (IP)to. documentation and actual events. management capabilities, exercise the State Exercise follow-up-on issues credit may be requested within 60 Training Officer(ETO) identified during an days. within 60 days of the end activation. Upon of the activation. The submission and recommended format for approval of the AAR, the AAR and IP can be the ETO will issue a found in Volume III letter of EMPG credit HSEEP manuals at to the jurisdiction. https://hseep.dhs.gov/sup ortNolumelil. df DHS-EMPG-FFY 08 Page 21 of 26 City of Kent Emergency Management E08-313 Additional Activities Deliverable Performance Deadline Measures 3. Conduct an LEPC drill to involve the a. Develop an AAR/IP for Validate one or two Fall 2008 Kent HazMat Team and a local facility. the HazMat team training specific operations or officer and facility owner functions for both the on the outcome of the drill HazMat Team and a host hazardous materials facility. Enhance pubic— private partnership. Provide a real world environment and improve facility familiarization Five Year Exercise Schedule: Select either Full-Scale, Functional or Tabletop for each year. 2008: Tabletop Exercise 2009: Tabletop Exercise 2010: Tabletop Exercise 2011: Functional Exercise 2012: Full-Scale Exercise Mutual Aid Activities and deliverables within the mutual aid functional area should address the development and maintenance of mutual aid agreements. Required Activities Deliverable , Performance Deadline Measures 1. Review mutual aid agreements, Update mutual aid Up-to-date mutual aid October 2008 following the guidance set forth in the agreements as deemed agreements enable state Emergency Management necessary by the expedited partnership Division's Mutual Aid and Inter-local jurisdiction. and support among Agreement Handbook. jurisdictions during an actual emergency. Planninci Activities and deliverables within the planning functional area should address the development and general content of the program's emergency operations plan, strategic plan, mitigation plan, recovery plan, evacuation plan, continuity of operations/continuity of government plan, etc. ,Required Activities Deliverable Performance Deadline Measures 1. Review the Comprehensive a. Any jurisdiction that has CEMP will address Dec. 2008 Emergency Management Plan not submitted an updated all hazards identified (CEMP) and supporting Emergency CEMP to the state in the jurisdiction's Support Functions (ESFs). The CEMP Emergency Management Hazard Identification should be compliant with both the Division within the past and Vulnerability National Response Framework and four years must do so Analysis and the National Incident Management during this program year. infrastructure and System (NIMS). Requirements for plan b. First time applicants improve the development and submission are must complete a draft of jurisdiction's ability to provided In RCW 38.52.070,WAC their Basic Plan portion of prepare for, respond 118.09 and WAC 118.30. the CEMP within the to and recover from program year. an emergency. DHS-EMPG-FFY 08 Page 22 of 26 City of Kent Emergency Management E08-313 . I Additional Activities Deliverable Performance Deadline Measures 2. Review and update the Kent a. Updated and current Meet the December Hazardous Material Emergency response plan requirements of WAC 2008 Response Plan. Approve through the 118-40 and RCW LEPC and send a copy to the State Title 70 Emergency Response Commission for review. 3. Continued participation in the King a. Advise policy makers on Measure meeting Ongoing: 2" County Emergency Management measures for protecting attendance. Tuesday of Advisory Committee, the Region 6 communities and every month Homeland Security Council and the enhancing the region's as scheduled. King County Citizen Corps Council. response to Homeland Continue implementing the Region 6 Security concerns and all Homeland Security Strategic Plan and hazard approaches to funding distribution plans. the four phases of emergency management. To coordinate with county Citizen Corps Councils and continue the development of all program elements. 4. Conduct City Emergency Planning a. Citywide coordination of Measure meeting Ongoing: Committee meetings to address all EM functions. attendance. every other four phases of emergency month. management within the city of Kent. Members are representatives of individual departments and the meeting activities incorporate training, ECC/DOC interface, and planning elements. 5. Continue to coordinate COOP plan a. Identification and plan Enhance the ability to Ongoing development for all city departments, for the continuity of sustain essential city review draft plans and assist with essential city functions and standardizations for essential functions services/functions and to services. and alternate DOC locations. reduce or mitigate social and economic disruptions to the citizens and employees of the city of Kent. 6. Meet with south King County a. Collaboration on Enhanced regional Quarterly geographic Zone 3 Emergency common interest issues collaboration, Management Directors. involving emergency planning, and management in Zone 3 communications. and regional coordination Measure meeting with King county, Zone 1 attendance. and Zone 5. 7. Conduct an LEPC meeting to meet a. Collaboration and Meeting Minutes. Annual the requirements of EPCRA. information sharing between public and private agencies. Finance and Administration Activities and deliverables within the finance and administration functional area require a financial management framework that complies with applicable government requirements and that allows for expeditious request for, and receipt and distribution of funds. DHS-EMPG-FFY 08 Page 23 of 26 City of Kent Emergency Management E08-313 Required Activities Deliverable Performance Deadline Measures 1. Submit reimbursement requests a. Submit requests for EMPG funds As needed online, ensuring that expenditures reimbursement online enhance local/tribal with final comply with FEMA's EMPG FFY08 using a-GMS. A emergency invoice due Program Guidance, all applicable Reimbursement management 45 days after Office of Management and Budget Spreadsheet showing how programs and are the end of the -(OMB) Circulars (A-87, A-102, A-133) EMPG funds were spent spent in accordance contract as well as FEMA's Administrative must accompany all with all applicable Requirements in the Code of Federal requests for laws and guidelines. Regulations (CFR)44. reimbursement. Expenditures listed on OMB Circulars can be found at: the Reimbursement www.whitehouse..ov/OMB/circulars Spreadsheet cannot be items listed in the 2008 CFR 44 can be found at: Local Funds Budget http://www.access,gpo,gov/nara/cfr/wai portion of the sidx 07/44cfrvl 07.htmi Emergency Management The Uniform Administrative Operating Budget in this Requirements related to Grants can be application. found in Part 13. b. Verify in performance reports that the agency has reviewed and agrees to all relevant State and Federal requirements. Program Management Activities and deliverables within the program management functional area should address program structure and organization so that an agency is capable of coordinating emergency preparedness, mitigation, response and recovery activities across multiple agencies and organizations. Required Activities Deliverable Performance Deadline Measures 1. Progress reports and BSIRs are a. Progress reports must Demonstration of the a. August 15, required twice during the contract be submitted online in e- impact EMPG 2008 and May period. Failure to submit either type of GMS. Reports must clearly funding has on 14, 2009 report may result in cancellation of the describe the progress the emergency contract. recipient is making towards management b. January 15, the deliverables described capabilities will be 2009 and July in this Scope of Work. documented in 15, 2009. progress reports. The final report should highlight the impact EMPG funding has had on the jurisdiction's capabilities. b. The Bi-annual Strategy Implementation Report (BSIR) must be submitted through the Dept. of Homeland Security on-line Grant Reporting Tool every July and January. DHS-EMPG-FFY 08 Page 24 of 26 Cfty of Kent Emergency Management E08-313 Hazard Identification, Risk Assessment and Impact Analysis Activities and deliverables within the hazard identification, risk assessment, and impact analysis functional area should address a comprehensive assessment and identification of risks, including potential natural and human- caused events, and the potential impact of those hazards. These identification and analysis activities, including current efforts to better identify risks to critical infrastructures, should then feed into the planning process. Activities Deliverable Performance Deadline Measures 1. Review the requirements for the a. Coordinated activities Obtain credit points ongoing FEMA Community Rating System with Public Works to for existing activities. including any impact analysis reports determine activities and CRS activities. necessary and achievable to reduce insurance premiums. Hazard Mitigation Activities and deliverables within the hazard mitigation functional area require that the program create and implement a strategy to lessen the impacts of disasters. The strategy must take into account results of hazard identification and risk assessments, analysis of impacts of each hazard, and experiences in the jurisdiction, and must prioritize mitigation projects based on loss reduction. Activities Deliverable Performance Deadline Measures 1. Continue to identify non-structural a. Operational resiliency in Reduction in the loss Ongoing mitigation projects. the event of an earthquake of non-structural property in the event of an earthquake. 2. Review citywide flood mitigation a. Develop plans for flood Reduction In the loss November measures for facilities located in the prone facilities. of damage to 2008 floodplain. equipment located in low I in areas. Laws and Authorities Activities and deliverables within the laws and authorities functional area should address the legal underpinnings necessary to authorize and conduct an emergency management program. Activities Deliverable Performance Deadline Measures n/a Logistics and Facilities Activities and deliverables within the logistics and facilities functional area should address facilities and a logistical framework capable of supporting response and recovery operations. This includes the requirement for emergency operations primary and alternate facilities that are established, equipped, periodically tested, and maintained. Activities Deliverable Performance Deadline Measures 1. Conduct monthly ECC in Service a. All systems such as Monthly test log. Monthly Days to test systems on a rotating electronic, displays, forms, 1 basis. and other material required for activation are checked and tested. 2. Review display functions to ensure a. Improved reliable visual Enhanced operations March 2009 they are visible, readable and multi information systems for and reduction in functional for the needs of the ECC. situational awareness and paper product. other activation activities. DHS-EMPG-FFY 08 Page 25 of 26 City of Kent Emergency Management E08-313 Operations and Procedures Activities and deliverables within the operations and procedures functional area should address standard operating procedures, checklists, and other instructions to execute the emergency operations plan and other plans. Procedures should relate to hazards previously identified by the jurisdiction. Activities Deliverable Performance Deadline Measures 1. Review ECC facility layout to a. Revised ECC layout and Updated Manual March 2009 determine efficiency of operations in Operations Manual lieu of any organizational changes. 2. Review activation procedures for a. Updated checklist with Updated Checklist August 2008 EMD staff to ensure appropriate accurate contact compliance and verify accuracy. information, procedural checklists, and forms. Resource Management Activities and deliverables within the resource management functional area involve methodologies for prompt and effective identification, acquisition, distribution, tracking and use of personnel and equipment needed for emergency functions. Activities Deliverable Performance Deadline Measures 1. Participate in the countywide a. Regional approach to Produce a draft plan Ongoing regional resource management resource management. for resource concept including review of pilot management software. Trainin Activities and deliverables within the training functional area require that the program maintain a documented training program for emergency management/response personnel and public officials, including that emergency personnel receive training on the incident management system of the jurisdiction. Activities Deliverable Performance Deadline Measures 1. Research and send staff to available a. A well educated and Course credits and Ongoing training activities, conferences, or versed em staff. participatory professional development courses or certificates. meeting to enhance personnel professionalism in emergency management. 2. Attend the Partners in Preparedness a. Receive information on Attendance roster April 1-2, conference. current trends and 2008 professional networking DHS-EMPG-FFY 08 Page 26 of 26 city FORA1 STATE OF LVASHINGTON A40-A IRev Ia I TRAVEL AUTHORIZATION AGENCY NAME AGENCY NUMBER EMPLOYEE TELEPHONE NUMBER TA NUMBER TA DATE Military Department 2450 253.512.7083 DIVISION OR DEPARTMENT EMPLOYEE NAME AND TITLE CHARGE CODE Homeland Security/EMD/MIL Russell Sonmore, EPM3 7639n 1. , PURPOSE,OF TRIP--:-include explanations on how this,trip relates to the-employee's-work and what the benefits are of this trip. Providing Support to Region 8-Yakima EOC ® In-State ❑ Out of State ❑ Out of Continental U.S. (includes Hawaii, excludes Alaska& B.C., Canada) 2. TRAVEL ITINERARY&MODE OF TRANSPORTATION' -Is this the mog'c4t effectivo?®Yes❑(Yo DATE FROM TO MODE CODE MODE CODE SYMBOLS: POV --- Privately Owned Vehicle 07/15/08 Cam Murrayakima AOV AOV — Ag"torcY Owned Vehicle P Y MPV --- bfotorPool Vehicle RNV --- Rental Vehicle AIR --- Air State class of 07/16/08 Yakima Camp Murray AOV T -- Train transportation B --- Bus under remarks. 0 -- Other(explain under remarks) Remarks: AS REOUIRED(check box) ❑ Program Manager approval received. ❑ Exception to lodging—OF Directive ❑ OvertimelX-change time form attached ❑ Purchase Request attached ❑ Travel Advance Requested 3. TRAVEL EXPENSE ESTIMATE&ADVANCE REQUESTED _ - - - _, zNbTICE ITEM OF EXPENSE ESTIMATED TRAVEL EXPENSE TRAVEL ADVANCES: See RCW 43.03 150-.210. In case of default by employee in repayment or accounting for advance as provided by stale law and regulations,the advance p�homes a prior lien and, together with a 101; interest charge, may be a.SUBSISTENCE $39 PER DAY $68 deducted fromany amounts due to the employee from the state An unauthorized expendit re of an advance constitutes a misappropriation of state funds RE REO ESTERS b.LODGING$79 PER DAY $70 1 SIGNATURE -- DATE _—� 06/10/08 c.TRANSPORTATION: POV 00 EST.MILES $0 PERVlSORSIGNATU DATE d.OTHER: RENTAL $ l AIR $ �a @.OTHER EXPENSE: (explain) $12 NDIR TORORTAG ORIZING SIGNATURE GATE Lodging Tax ( UIRED O UT OF STAT T VEL) TOTALS $150 (j^�l-ol lT)RCW 43.170 prohibits travel mileage advances for employee's or officer's use of pnvately owned vehicles DOC DATE PAR OUE DATE CURREM OOC.NO- REF OOC NO. VENDOR KUAIBER VENDOR 6WSSAGE USE TAX UaI NUMBER REF TRANS Y FUND APPN PROGRAM _!{UeOW we SUB- ORO. WORK CO. Crm PROJECT.'' Sue = _PROJ AMOUNT RNOICENUMBER DOC CODE O OtOE% S,DSX 0B SO" Ct./Y9 TOWN PROD Pl1AS' D ACCOUNTING APPROVAL FOR PAYMENT DATE WARRANT TOTAL WARRANT NUMBER Replaces MIL FORM 800 14Nov02 (Financial Services Policy 02-002-02) Kent City Council Meeting Date July 15, 2008 Category Consent Calendar - 6H 1. SUBJECT: HALEY'S RIDGE FINAL PLAT - ACCEPT 2. SUMMARY STATEMENT: Approve the final plat mylar for Haley's Ridge and authorize the Mayor to sign the mylar. The Hearing Examiner recommended approval for Haley's Ridge LLC, to subdivide approximately 4.78 acres into 20 single-family residential lots. The property is located at 27229 108th Ave SE. 3. EXHIBITS: Map and Memo with conditions of approval 4. RECOMMENDED BY: Community Development and Public Works Staff (Committee, Staff, Examiner, Commission, etc.) 5. FISCAL IMPACT Expenditure? No Revenue? No Currently in the Budget? Yes No 6. CITY COUNCIL ACTION: Councilmember moves, Councilmember seconds DISCUSSION: ACTION: HALEY'S RIDGE FINAL PLAT #FSU-2006-11 (RPP5-2080679) HALEY'S RIDGE A PORTION OF NE 1/4 OF THE NW 1/4 OF SECTION 32. TOWNSHIP 22 NORTH, RANGE 5 05r. W.M.. CITY OF KENT. KING COUNTY. WASHINGTON U TT SECON]? - -- - - RAT OF'AUTUMN O113F rl -� Iesee7yAe�)1 N 373WST W UN 7W7a I 1 1/t 327 °�ORM DISC N CASE -') - _ ROUND 1 1/2•IRON PIPE WIN Emaeff 1 11 AN 4sm FOR WOMMM IN 11/4 COR OF SEC CH 32(9/b/m REC. NO.8002MO770 I LOT 2 I TRACT C �- GNO.200=11110073U N 5&00.57' W 620.35,(LEGAL) I I _1 I SI j 16 Ic I I PARCEL A-1 1 I 0 1 1 �� I SE 273RD STREET 1 n OF e 1 1 TRACT Bhp, TRACT A •�-•'1�+���� � ,•--` 3a ^�L�er�la+ T1 �ItEY"1`DC b3 URNS ��Ifg lil�-$I I I W OfrPu I 1; t3 lR0 �I j 15 4N I I °L 0.) ! ! 2 R W I: �p��• I �i' �\ eoF� 18 1 20 �y1zz =i j �\ 17 I I PARCEL B 1 W $ z ��� I ' / PARCELA 1 14 -- / I ' 1 to -' / 3 0 Yr I 0.; I I I EneDFn I .- I SE 273Rp COURT ---- --- :W I i N 90`O1 w r N I Y3 e e s� o f I A- I 10 aDPe)" z I 1 13 12 11 +s 9 6 7 6 5 4 8 1 f SHIFT el e) PARCEL C I 2¢ t ! 1 E $ W II3H —N 99'25'31• E 171.25'� N 9P20'41' E 139Zr N T F3q,4T - I N 9SS9' E 191.30' yy I N I7Wp1'3I'M p♦ 9N CDRIIFR OF 711E NE 1/1 SOUfN IiE OF THE IE 7/ SE CORNER W TIE NE 1 1 /I' �r3 1 q16€ j SEC1 ON az,/,OF 71E NW 1//. S 1//DF TIE 1/A o.91N1 I I -- - - 1WEo 094sw PER - I ROS 2001121 I I 1 SOUTH 27-T! STREET _ _ _ �11I. - / rnr of I _- N e�rp E 2771.21 --JJ / 1 3 eWISe ,pE.13001aAW N rASE I___- ---___ N eW11•lS i 17721'3• if I rouNO cn1 of NEAT r /� t 3/e elusl MEIW xl E E- /o �727�32{7, 1301282.O1C3 IYE47 1/.CORNER SECTON 32 M ee'17'21'W WLIW7ED PER RAi OF'AU11RM OIEN 'N' 32 POUND V NON PIPE WIM COPPFIt TACK,N COE NEID_fDR fEMER Do SECnON 32 n SWRVEYOR'S NOTES 1) tNNVEY9O PETifOIOm N OSYIRICTOM Wfil TIT®RAT UTILQFD M ilfl0aND W11P1aNE AID PRIN)MIJAM la TOTAL STAION IIINTAom TO 11N4FACNNN9 SP6071Oa/O ROXXVID 9Y SRC-732-130.I0O. nma IIaNI m Wmt A=wj=HEETNR OR E mmm TIE REOUIRENE705 OF WAC-332-130-000. 7) NDRU S W7W.CRY OF IaNT-NOIIM AIW1e19W SCALE:1•�SO' D11U a 19e7 oat MANSJ(Y1) iNE FASF ors OF THE NORMFAST aF THE NORDfA41'OtAl/TIO1 ai OF TIE INR I NIEF tRIAOEa of SECTION$lOWraNP ao 25 O So 100 n NORTH WNOE 5 T718T.WEIAI[IlE YE7®NII THIS I ASN a ' E � YER11D1L DAM1-MY OF S. SS PRQECT � CONSULTING E N Q I N E E R S L L C LEGEND eON21NARIC t9sEN wa e70-t Al1RYRM D®t 93916 lac welt 9oulh WT2O0' ® I I srwWP®wN AT sW OF Swev"ON Fed�rel Way.WA 99003 ®.MRS)NONRWDC N CASE,AS NOIM EAST 910E OF eeTll AVEN/E 9.E Q THE APPRORIW7E rmaw,tRr a1P-Nta waEILNE OF S.F.27M CROWNED FAO FI2WMQN (E4)-SFE WIT 5 ON SHEET a OF 0 �77a2e. PNnOA .1"IN PLR OF•AUnWN OLEIr-RECORNNO ND.200312IMM177 `%1 www.osmcivil.com D� �'� /) SIE 4NOW WWNOE-PN NNL AND IadWA INS IN GiY OF KENT FSU N0 FSU-2OO6-11 E T /4ftft.N-1302UU m AYOM FPRee9 ° L-d�M""° lone Pla a° a� KFUf KNA 140. 2080M E-133277d137 9pRmmt a NO. 0 OOe DATE. ae/e/10/03 opl AIohRRWn OWO NWE:1 Oo P FP-03.O19N 5) ALL D6DOM11 SHOWN HENW AIB DRAW. .1O WAAAILL- $ H 3 OF COMMUNITY DEVELOPMENT Fred N. Satterstrom, AICP, Director • PLANNING SERVICES KENT Charlene Anderson, AICP, Manager WASHINGTON 1 Phone: 253-856-5454 Fax: 253-856-6454 Address: 220 Fourth Avenue S. Kent, WA 98032-5895 DATE: July 9, 2008 TO: MAYOR SUZETTE COOKE, COUNCIL PRESIDENT AND CITY COUNCIL MEMBERS FROM: CHARLENE ANDERSON, AICP, PLANNING MANAGER THROUGH: MAYOR SUZETTE COOKE SUBJECT: HALEY'S RIDGE FINAL PLAT (#FSU-2006-11/KIVA #2080679) MOTION: Approve the final plat mylar for Haley's Ridge and authorize the Mayor to sign the mylar. SUMMARY: The Hearing Examiner recommended approval for Haley's Ridge LLC., LLC., to subdivide approximately 4.78 acres into 20 single-family residential lots. The property is located at 27229 108th Ave SE. BUDGET IMPACT: None BACKGROUND: On January 17, 2007, the Kent Hearing Examiner issued Findings, Conclusions and a Decision granting approval of a preliminary plat, with 16 conditions. The applicant has complied with the conditions required prior to recording. S:\Permit\Plan\LONGPLATS\2008\2080679_FSU-2006-11cc.DOC Enclosure: Conditions of approval - Hearing Examiner i HALEY'S RIDGE #FSU-2006-11 (RPP5-2080679) ON JANUARY 17, 2007, THE KENT HEARING EXAMINER APPROVED THE HALEY'S RIDGE PLAT WITH THE FOLLOWING CONDITIONS: jA. PRIOR TO RECORDING THE PLAT FOR THIS SUBDIVISION: 1. The Owner / Subdivider shall pay all Charges in Lieu of Assessments and/or Latecomer Fees, if any, prior to scheduling the Pre-Construction Conference and/or prior to recording this plat, whichever comes first. 2. The Owner / Subdivider shall provide Public Works with a digital plat map prepared with a CAD program. The digital information can be formatted in either *.DWG (AutoCad) or *.DXF (Drawing Exchange File), but must be based upon State Plane coordinates: an assumed coordinate system is not permitted. The State Plane Coordinates shall be on the NAD 83/91 datum and must relate to at least two City of Kent reference points within one half mile of the subdivision. In addition, the project shall be tied into at least two City of Kent NAD 88 vertical benchmarks and two additional permanent benchmarks shall be established within the project. The locations, descriptions and elevations of these benchmarks will be reported at the time as-built drawings are submitted along with field notes sufficient to verify the required precision. 3. The Owner / Subdivider shall submit and receive City approval of engineering drawings from the Department of Public Works, and shall then either construct or bond for the following: a. A public gravity sanitary sewer system to serve all lots. The public sanitary sewer system shall be extended from the existing public sanitary sewer system and shall be sized to serve all off-site properties within the same service area; in addition, the sanitary sewer system shall be extended across the entire subdivision as needed to serve adjacent properties within the same service area, unless otherwise determined by the sanitary sewer purveyor. The septic system serving the existing home(s) within the proposed subdivision - if any - shall be abandoned in accordance with King County Health Department Regulations. b. A public water system meeting domestic and fire flow requirements for all lots. The public water system shall be extended and shall be sized to serve all off-site properties within the same service area; in addition, the water main extension shall be extended across the entire subdivision Haley's Ridge Page 1 of 10 FSU-2006-11/2080679 Conditions of Approval as needed to serve adjacent properties within the same service area, unless otherwise determined by the water purveyor. Existing wells - if any - shall be decommissioned in accordance with the requirements of the Department of Ecology. C. A stormwater system. The Engineering Plans must meet the minimum requirements of the City of Kent Construction Standards and 2002 City of Kent Surface Water Design Manual (KSWDM). Initial guidance for the Engineering Plans is given below (See Chapter 2 of KSWDM for detailed submittal requirements): (1) The Engineering Plans will include at a minimum: Site improvement plans which include all plans, details, notes and specifications necessary to construct road, drainage, and other related improvements. The engineering plans shall include a technical information report (TIR) which contains all the technical information and analysis to develop the site improvement plans. (2) An erosion and sedimentation control (ESC) plan shall be included in the engineering plans. The ESC shall meet the requirements of the City of Kent Construction Standards, and the 2002 City of Kent Surface Water Design Manual. These plans must reflect the Detailed Grading Plan discussed below, and the Planning Services approved Detailed Tree Plan. (3) The retention / detention and release standard that will be met by the subdivision is Level Two. The water quality menu that will be met by the subdivision is the Resource Stream Protection Menu. (4) The site improvement plans and technical information report will contain drainage calculations and a drawing of the retention / detention pond tract at an appropriate engineering scale. The site improvement plans will also show that all required stormwater management facilities will be outside of delineated wetlands and their buffers, as well as outside of creeks and rivers and their buffers. (5) A downstream analysis is required for this development, and it will include an analysis for capacity, erosion potential, and water quality. Refer to the requirements of Technical Information Reports in Section 3: "Offsite Analysis", of the 2002 City of Kent Surface Water Design Manual for the specific information required for downstream analyses. All runoff drains must be diverted away from the southern property line (steep Haley's Ridge Page 2 of 10 FSU-2006-11/2080679 Conditions of Approval slope). Outfalls pipes shall not be installed along the southern property line or onto road right of ways. (6) Roof downspouts for each roofed structure (house, garage, carport, etc.) shall be diverted to a Roof Downspout Infiltration System meeting the requirements of section 5.4.5, Infiltration Trenches, of the 1998 Surface Water Design Manual. These roof downspout conveyance and infiltration systems shall include overflow pipes connected to an approved dispersion system. The drainage plans shall include an approved detail for the roof downspout infiltration system. The face of the recorded plat shall contain the following restriction: AS A CONDITION OF BUILDING PERMIT ISSUANCE, RESIDENCES CONSTRUCTED ON LOTS OF THIS SUBDIVISION MUST PROVIDE ROOF DOWNSPOUT INFILTRATION SYSTEMS PER DETAILS SHOWN ON THE APPROVED PLANS. (7) If determined necessary by the Public Works Department following review and approval of the required downstream analysis, the Owner / Subdivider shall provide public drainage easements meeting the requirements of the City of Kent Construction Standards for the specified downstream reach where adequate public drainage easements do not currently exist. (8) The Owner / Subdivider shall submit Landscape Plans for within and surrounding the retention / detention facility to Planning Services and to the Department of Public Works for concurrent review and approval prior to, or in conjunction with, the approval of the Engineering Plans. These Landscape Plans shall meet the minimum requirements of the City of Kent Construction Standards, and the stormwater management landscaping requirements contained within the 1998 King County Surface Water Design Manual. Landscape Plans are required to show adjacent Street Trees so that the City arborist can assess potential adverse stress upon all types of vegetation. (9) The Owner / Subdivider shall execute Declaration of Stormwater Facility Maintenance Covenants for the private portions of the drainage system prepared by the Property Management Section of the Department of Public Works. See Reference 8-F, Declaration of Stormwater Facility Maintenance Covenant, to the 2002 City of Kent Surface Water Design Manual for information on what is contained within this document. jd. A Detailed Grading Plan for the entire subdivision meeting the requirements of the City of Kent Construction Standards, and City of Haley's Ridge Page 3 of 10 FSU-2006-11/2080679 Conditions of Approval Kent Development Assistance Brochure #1-3, Excavation and Grading Permits & Grading Plans. Initial guidance for these plans is given below: (1) These plans will include provisions for utilities, roadways, retention / detention ponds, stormwater treatment facilities, and a building footpad for every lot. (2) These plans shall be designed to eliminate the need for processing several individual Grading Permits upon application for Building Permits: phasing of grading on a lot-by-lot basis will not be considered. (3) These plans will use a 2-foot maximum contour interval, and every fifth contour line will be darker and wider in conformance to standard drafting practice. e. If wetland or wetland buffer impacts are proposed, a Final Wetland Mitigation Plan and bond quantity worksheet meeting the requirements of the Kent City Code Chapter 11.06. These plans shall pursue avoiding or minimizing impacts to wetlands to the maximum extent possible by analyzing alternatives that would avoid the impact. If grading is a part of the final wetland mitigation plan, all grading shall be included on the grading plan for the entire site, including buffers and appropriate Building Setback Lines. f. Interim Street Improvement Plans for 108th Avenue Southeast. These Interim Street Improvement Plans shall meet the requirements of the City of Kent Construction Standards, and City of Kent Development Assistance Brochures #6-2, Private and Public Street Improvements, and # 6-8, Street Improvement Plans, for a street designated as a Residential Collector Arterial Street. Initial guidance for the necessary interim street improvements is given below: (1) Combined vertical concrete curbs & gutters, a 5-foot wide planter strip, and a 5-foot cement concrete sidewalk along the west side of the street. (2) The Department of Public Works shall have 15 days from the date of issuance of this decision to issue an administrative determination on the requirement of Bike Lanes along 1081h Avenue SE. i. If Bike Lanes are required, the Applicant may choose to appeal that determination or comply as follows: A minimum of 22-feet of Hot Mix Asphalt (HMA) pavement as measured from the approved centerline of the street to the face of curb on the west side of the Haley's Ridge Page 4 of 10 FSU-2006-11/2080679 Conditions of Approval street, plus at least 12-feet of asphalt pavement as measured from the City-approved centerline to the edge of the traveled lane on the east side of the street, plus a City-approved shoulder on the east side of the street. The entire HMA pavement width specified above shall be provided with a 20-year service life as determined by the process identified in the City of Kent Development Assistance Brochure #6-2, Private and Public Street Requirements. ii. If the Department of Public Works determines that Bike Lanes are not required along 108th Avenue SE, the initial guidance for the necessary street improvements is as follows: A minimum of 19-feet of Hot Mix Asphalt (HMA) pavement as measured from the approved centerline of the street to the face of curb on the west side of the street, plus at least 12-feet of asphalt pavement as measured from the City-approved centerline to the edge of the traveled lane on the east side of the street, plus a City-approved shoulder on the east side of the street. The entire HMA pavement width specified above shall be provided with a 20-year service life as determined by the process identified in the City of Kent Development Assistance Brochure #6-2, Private and Public Street Requirements. (4) A City-owned street lighting system. (5) Public stormwater conveyance, detention and treatment facilities as applicable. (6) Street Trees installed within the 5-foot wide planting strips constructed between the back of curb and the front of the cement concrete sidewalk. These Street Trees will be located as approved by the Public Works Department, and the species shall be selected from the Approved Street Tree List contained within City of Kent Development Assistance Brochure #14, City of Kent Street Trees. g. Street Improvement Plans for the new public Residential Street connected to 108th Avenue Southeast Street and terminating with a permanent cul-de-sac bulb, at its southwesterly terminus. The Street Improvement Plans for this street shall be designed in conformance to the requirements for a Residential Street as required by City of Kent Construction Standards, and City of Kent Development Assistance Brochure #6-2, Private and Public Street Improvements and City of Kent Development Assistance Brochure # 6-8, Street Improvement Haley's Ridge Page 5 of 10 FSU-2006-11/2080679 Conditions of Approval Plans for a street 28-feet wide. Initial guidance for these street improvements is given below: (1) Entirely within the subdivision: Combined vertical curb & gutter, a 5-foot wide planting strip constructed between the back of curb and the front of the sidewalk, and then a 5-foot wide cement concrete sidewalk along both sides of the street. Along the south property line for APN 322205-9020: Combined vertical curb & gutter, a 5-foot wide planting strip constructed between the back of curb and the front of the sidewalk, and then a 5-foot wide cement concrete sidewalk along the south side of the street. (2) Entirely within the subdivision: A minimum of 28-feet of Hot Mix Asphalt (HMA) pavement, as measured from face of vertical curb to face of vertical curb. Along the south property line for APN 322205-9020: A minimum of 20-feet of HMA pavement, as measured from the face of vertical curb installed along the south side of the street to the edge of pavement on the north side of the street. (3) A street lighting system designed to the City's standards, constructed and maintained by the IntoLight Division of Puget Sound Energy; all electrical and maintenance bills shall be paid for by the Home Owner's Association created for this subdivision. (4) A public stormwater drainage system, including provisions for collection, conveyance, detention, and treatment facilities. (5) Curb return radii of 30-feet at the intersection of the subdivision street and 108t" Avenue Southeast and a 45-foot radius to the face of vertical curb for the permanent cul-de-sac bulb. (6) The right angle ell intersection shall include provisions for an inside curb return radius of 30-feet and an outside curb return radius of 60-feet. (7) Street Trees installed within the 5-foot wide planting strips. These Street Trees will be located as approved by the Public Works Department, and the species shall be selected from the Approved Street Tree List contained within City of Kent Development Assistance Brochure #14, City of Kent Street Trees. h. Street Improvement Plans for the new Joint-Use Driveways connected p Y to the Residential Street cul-de-sac bulb and terminating with an Haley's Ridge Page 6 of 10 FSU-2006-11/2080679 Conditions of Approval approved turnaround. Initial guidance for these joint-use driveways is given below: (1) A minimum of 16-feet of Hot Mix Asphalt (HMA) pavement, measured from edge of pavement to edge of pavement except where the Fire Marshal requires additional pavement width for emergency vehicle access. (2) A private stormwater drainage system, including provisions for conveyance, detention, and treatment facilities where applicable. (3) These Joint-Use Driveways will connect to the public street system with a Residential Concrete Driveway Approach conforming to the minimum requirements of Standard Detail 6- 5(a), unless the fire Marshal Determines that a portion of these Private Streets will be a Fire Lane, in which case the driveway approach will conform to the minimum requirements of Standard Detail 6-5(c). (4) Fire Lanes - if any - shall be marked as directed by the Fire Marshal. (5) These Joint-Use Driveways must be centered within an easement that is at least 1-foot wider than the total paved width of the driveways. i. Street Lighting Plans for 108th Avenue Southeast and for the new Residential Street meeting the requirements of the City of Kent Construction Standards, and City of Kent Development Assistance Brochure #6-1, Street Lighting Requirements. 4. The Owner / Subdivider shall create a Homeowner's Association for this subdivision to ensure that the property owners within this subdivision are advised of their obligation to pay for the energy and maintenance required for the street lighting system installed in their development. Those sections of the required document written to govern that association as they relate to jany IntoLight Division of Puget Sound Energy street lighting systems, shall be reviewed and approved by the Department of Public Works, prior to the recording these documents. r 5. The face of the final plat will clear) identify all Joint-Use Driveways and P Y fY Y which lots will be served by those driveways. The face of the final plat will also specify that the maintenance of those joint-use driveways is the sole responsibility of the property owners who are served by those driveways. 6. Direct vehicular access to and from lots having frontage along Southeast 277th Street and along 1081h Avenue Southeast is prohibited, and the face of the final plat will carry the following prohibition: Haley's Ridge Page 7 of 10 FSU-2006-11/2080679 IConditions of Approval DIRECT VEHICULAR ACCESS TO AND FROM LOTS HAVING FRONTAGE ALONG SOUTHEAST 277T" STREET AND ALONG 108T" AVENUE SOUTHEAST IS PROHIBITED. DIRECT VEHICULAR ACCESS FOR THESE LOTS IS RESTRICTED TO THE NEW RESIDENTIAL STREET SHOWN ON THE FACE OF THE PLAT. 7. The Owner / Subdivider shall deed all public rights-of-way, and otherwise convey all private and public easements necessary for the construction and maintenance of the required improvements for this subdivision development. 8. The Owner / Subdivider shall permanently protect the approved and r preserved, and/or enhanced, or created sensitive area(s) and the associated buffer(s) by creating a separate Sensitive Area Tract and deeding the tract in fee simple to the City, OR by granting a Sensitive Area Easement to the City for the entire sensitive area, pursuant to Kent City Code Chapter 11.06. This Sensitive Area Tract or Easement shall be consistent with the stream map contained within the approved Stream Analysis Report as appropriate. The Owner / Subdivider shall provide a legal description of said easement or tract prepared by a licensed land surveyor, prior to issuance of any Construction Permits. The Sensitive Area Tract and the following language shall be included on the face of the recorded plat: SENSITIVE AREA TRACTS / EASEMENTS DEDICATION OF A SENSITIVE AREA TRACT / EASEMENT CONVEYS TO THE PUBLIC A BENEFICIAL INTEREST IN THE LAND WITHIN THE TRACT. THIS INTEREST INCLUDES THE PRESERVATION OF NATIVE VEGETATION FOR ALL PURPOSES THAT BENEFIT THE PUBLIC HEALTH, SAFETY AND WELFARE, INCLUDING CONTROL OF SURFACE WATER AND EROSION, MAINTENANCE OF SLOPE STABILITY, VISUAL AND AURAL BUFFERING, AND PROTECTION OF WATER QUALITY, PLANT ECOLOGY AND WILDLIFE HABITAT. THE SENSITIVE AREA TRACT / EASEMENT IMPOSES UPON ALL PRESENT AND FUTURE OWNERS AND OCCUPIERS OF THE LAND SUBJECT TO THE TRACT / EASEMENT THE OBLIGATION, ENFORCEABLE ON BEHALF OF THE PUBLIC BY THE CITY OF KENT, TO LEAVE UNDISTURBED ALL TREES AND OTHER VEGETATION WITHIN THE TRACT. THE VEGETATION WITHIN THE TRACT MAY NOT BE CUT, PRUNED, COVERED BY FILL, REMOVED OR DAMAGED WITHOUT APPROVAL IN WRITING FROM THE CITY OF KENT. THE COMMON BOUNDARY BETWEEN THE TRACT / EASEMENT AND THE AREA OF DEVELOPMENT ACTIVITY MUST BE MARKED OR OTHERWISE FLAGGED TO THE SATISFACTION OF THE CITY OF KENT PRIOR TO ANY CLEARING, GRADING, BUILDING CONSTRUCTION OR OTHER DEVELOPMENT ACTIVITY. THE REQUIRED MARKING OR FLAGGING SHALL REMAIN IN PLACE UNTIL ALL DEVELOPMENT ACTIVITIES IN THE VICINITY OF THE SENSITIVE AREA TRACT ARE COMPLETED. NO BUILDING FOUNDATIONS, STRUCTURES FILL OR OBSTRUCTIONS (INCLUDING, BUT NOT LIMITED TO OUTBUILDINGS AND OVERHANGS) ARE Haley's Ridge Page 8 of 10 FSU-2006-11/2080679 Conditions of Approval ALLOWED WITHIN 15 FEET OF THE SENSITIVE AREA TRACT / EASEMENT BOUNDARY, UNLESS OTHERWISE APPROVED BY THE CITY. THE CITY OF KENT RESERVES THE RIGHT TO INSTALL PUBLIC UNDERGROUND UTILITIES WITHIN THIS SENSITIVE AREA TRACT, AND TO ENTER AND PERFORM DRAINAGE SYSTEM MAINTENANCE, BUT IS REQUIRED TO RESTORE OR ENHANCE THE SENSITIVE AREAS DISTURBED UPON THE COMPLETION OF THE UNDERGROUND CONSTRUCTION, AND/OR DRAINAGE SYSTEM MAINTENANCE. THE CITY OF KENT ALSO RESERVES THE RIGHT TO ENHANCE THE SENSATIVE AREA TRACT OR EASEMENT VIA PLANTING NATIVE VEGETATION AND REMOVING NON-NATIVE OR INVASIVE VEGETATION. 9. After construction, the stream, the wetland and their associated buffer areas shall be isolated from intrusion by installing a split-rail cedar fence. In addition, sensitive area information signs (available for $7.50 each from the Department of Public Works) shall be placed at the buffer edge to inform and educate owners and nearby residents about the value of sensitive areas. 10. Prior to release of any construction bonds, and prior to the approval of any Building Permits within the subject subdivision, the Department of Public Works must receive and approve As-Built Drawings meeting the requirements of the City of Kent Construction Standards, and City of Kent Development Assistance Brochure #E-1, As-Build Drawings, for: Streets; I Street Lighting System; Water; Sewer; Stormwater Drainage Facilities; and all off-site improvements where the locations and/or elevations are deemed critical by the Department of Public Works. 11. Where determined feasible by the Kent Public Works Department, and Planning Services, the Owner/Subdivider shall utilize Low Impact Development Techniques in construction of the project, including but not limited to rainwater collection systems, porous paving on sidewalks, and bioretention areas with curb cuts in planting strips along roadways. 12. The Owner/Subdivider shall be sensitive to the natural topography during construction and minimize negative impact to on-site soils and neighboring properties. 13. Grading of the site shall be minimized by the Owner/Subdivider and where done shall follow the natural contours as much as possible, minimizing the need for retaining walls. Any retaining walls shall be no more than 4 feet high at perimeter and internal individual property lines and no more than 6 feet high around the detention/retention pond that is not adjacent to common property lines. Walls around such detention ponds shall not exceed 50 percent of the perimeter of the pond and ponds shall be landscaped per City standards. The walls shall be constructed of rockery, other natural material, or with Planning Services and Public Works approvals may be constructed of patterned concrete that simulates natural materials. Where structural walls are required to support access roads and as such cannot be IHaley's Ridge Page 9 of 10 FSU-2006-11/2080679 Conditions of Approval constructed of rockery or natural material, the walls shall be faced with such materials. Site conditions may warrant slight adjustments to wall height during construction. Height adjustments up to 10% of the overall height may be permissible and are subject to review and approval by Planning Services and Public Works. Retaining walls associated with construction of the public streets along the frontage of the property are exempt from the height limits described herein. Grading to achieve flat building lots shall be minimized. 14. The Owner/Subdivider shall submit to the City of Kent for review and approval and obtain appropriate permits to relocate or demolish the existing structures on the site. 15. Break-away mailbox clusters shall be installed by the Owner/Subdivider at locations per standards approved by the US Postmaster and the City of Kent Public Works Department. 16. The Owner/Subdivider shall implement the measures outlined in the conclusions of Earth Consultants, Inc., in their August 8, 2006 Steep Slope Evaluation. B. PRIOR TO THE ISSUANCE OF A BUILDING PERMIT ON ANY LOT IN THIS SUBDIVISION, THE OWNER / SUBDIVIDER SHALL: 1. Record the Plat, PUD, or Binding Site Plan. 2. Construct all of the improvements required in Section A, above, and pay the respective fees-in-lieu-of including any mitigation (EMA or EMF) charges. 3. Receive approval of the required As-Built Drawings for Street, Street Lighting, Water, Sewer, and Stormwater Management Facilities as deemed appropriate by the Department of Public Works. 4. Construct all wetland mitigation plans, wetland and stream buffer plans, install all required split-rail cedar fences, sensitive area signs and any other conditions to protect or enhance critical areas. bIb\S:\Permit\Plan\LONGPLATS\FINAL PLATS\2008\2080679-2006-11 CONDITIONS.doc Haley's Ridge Page 10 of 10 FSU-2006-11/2080679 Conditions of Approval Kent City Council Meeting Date July 15, 2008 Category Consent Calendar - 6I 1. SUBJECT: JAIL INDUSTRIES BOARD GRANT - ACCEPT AND AMEND BUDGET 2. SUMMARY STATEMENT: Accept the grant from the Jail Industries Board (JIB) in an amount not to exceed $13,482, for the delivery of offender employment related training at the City of Kent Corrections Facility (CKCF), approve expenditure of the funds, and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney. CKCF will provide offender employment and reentry services through development of a Flagger Certificate Project. Related offender programs and partnerships with other agencies will include, but not be limited to, New Connections of South King County and the Washington State Employment Security Department. The grant will be awarded within 30 days of JIB's receipt of signed agreement. The agreement period is from 8/01/08 through 6/30/09. 3. EXHIBITS: Interagency Agreement 4. RECOMMENDED BY: Public Safety Committee 7/8/08 (Committee, Staff, Examiner, Commission, etc.) 5. FISCAL IMPACT Expenditure? Revenue? X Currently in the Budget? Yes No X 6. CITY COUNCIL ACTION: Councilmember moves, Councilmember seconds DISCUSSION: ACTION: JIB Agreement No. A08-003 Other parry Agreement No. INTERAGENCY AGREEMENT BETWEEN STATE OF WASHINGTON JAIL INDUSTRIES BOARD AND CITY OF KENT POLICE DEPARTMENT THIS AGREEMENT is made and entered into by and between the Jail Industries Board, hereinafter referred to as JIB, and the City of Kent Police Department— Corrections Facility, hereinafter referred to as the "CKCF". IT IS THE PURPOSE OF THIS AGREEMENT to grant funds to the CKCF for the delivery of offender employment related training. THEREFORE, IT IS MUTUALLY AGREED THAT: STATEMENT OF WORK CKCF shall furnish or contract for the necessary personnel, equipment, material and/or services and otherwise do all things necessary for or incidental to the performance of the work set forth in Attachment A, Statement of Work, attached hereto and incorporated herein. PERIOD OF PERFORMANCE Subject to its other provisions, the period of performance of this Agreement shall commence on 8/1/08, and be completed on 06/30/09, unless terminated sooner as provided herein. PAYMENT Compensation for the work provided in accordance with this Agreement has been established under the terms of RCW 39.34.130. The parties have estimated that the cost of accomplishing the work herein will not exceed $13,482. Payment for satisfactory performance of the work shall not exceed this amount unless the parties mutually agree in writing to a higher amount prior to the commencement of any work that will cause the maximum payment to be exceeded. BILLING PROCEDURE Payment for the agreed upon work will be made in full by warrant or account transfer by JIB within thirty (30) days of both parties signature to this Agreement. CKCF shall manage the grant funds and submit invoices or other proof of expenditures to JIB monthly. Upon expiration of this Agreement, CKCF shall submit a complete accounting for expenditure of the total grant within thirty (30) days after the expiration date or the end of the fiscal year, whichever is earlier. Revised June 18,2008 Page 1 of 5 JIB Agreement No. A08-003 Other party Agreement No DUPLICATION OF BILLED COSTS CKCF shall not bill JIB for costs if CKCF is being paid by another funding source for these same costs. RECORDS MAINTENANCE The parties to this Agreement shall each maintain books, records, documents and other evidence which sufficiently and properly reflect all direct and indirect costs expended by either party in the performance of the services described herein. These records shall be subject to inspection, review or audit by personnel of both parties, other personnel duly authorized by either party, the Office of the State Auditor, and federal officials so authorized by law. All books, records, documents, and other material relevant to this Agreement will be retained for six years after expiration and the Office of the State Auditor, federal auditors, and any persons duly authorized by the parties shall have full access and the right to examine any of these materials during this period. Records and other documents, in any medium, furnished by one party to this Agreement to the other party, will remain the property of the furnishing party, unless otherwise agreed. The receiving party will not disclose or, make available, this material to any third parties without first giving notice to the furnishing party and giving it a reasonable opportunity to respond. Each party will utilize reasonable security procedures and protections to assure that records and documents provided by the other party are not erroneously disclosed to third parties. ' RIGHTS IN DATA Unless otherwise provided, data which originates from this Agreement shall be "works for hire" as defined by the U.S. Copyright Act of 1976 and shall be jointly owned by JIB and CKCF. Data shall include, but not be limited to, reports, documents, pamphlets, advertisements, books, magazines, surveys, studies, computer programs, films, tapes, and/or sound reproductions. Ownership includes the right to copyright, patent, register, and the ability to transfer these , rights provided there is agreement between both parties. INDEPENDENT CAPACITY The employees or agents of each party who are engaged in the performance of this Agreement shall continue to be employees or agents of that party and shall not be considered for any purpose to be employees or agents of the other party. AGREEMENT ALTERATIONS AND AMENDMENTS This Agreement may be amended by mutual Agreement of the parties. Such amendments shall not be binding unless they are in writing and signed by personnel authorized to bind each of the parties. Revised June 18,2008 Page 2 of 5 JIB Agreement No. A08-003 INDEMNIFICATION Other party Agreement No. Each party to this Agreement shall be responsible for its own acts and/or omissions and those of its officers, employees or agents. No party to this Agreement shall be responsible for the acts and/or omissions of entities or individuals not a party to this Agreement. TERMINATION Either party may terminate this Agreement upon thirty (30) days' prior written notification to the other party. If this Agreement is so terminated, the parties shall be liable only for performance rendered or costs incurred in accordance with the terms of this Agreement prior to the effective date of termination. Unspent funds as a result of termination shall be returned to the JIB. TERMINATION FOR CAUSE If for any cause, either party does not fulfill in a timely and proper manner its obligations under this Agreement, or if either party violates any of these terms and conditions, the aggrieved party will give the other party written notice of such failure or violation. The responsible party will be given the opportunity to correct the violation or failure within fifteen (15) working days. If failure or violation is not corrected, this Agreement may be terminated immediately by written notice of the aggrieved party to the other. TERMINATION FOR FUNDING REASONS In the event funding from state, federal, or other sources is withdrawn, reduced, or limited in any way after the effective date of this Agreement and prior to normal completion, the affected party may unilaterally terminate this Agreement. Written notification of termination shall be mailed return receipt requested. Such action is effective upon receipt of the written notification. DISPUTES Except as otherwise provided in this Agreement, when a dispute arises between the parties and it cannot be resolved by direct negotiation, the parties agree to participate in a mediation in good faith. The mediator shall be chosen by agreement of the parties. If the parties cannot agree on a mediator, the parties shall use a mediation service that selects the mediator for the parties. Nothing in this Agreement shall be construed to limit the parties' choice of a mutually acceptable alternative resolution method such as a disputes hearing, a Dispute Resolution Board, or arbitration. Either of the parties may request intervention by the Governor, as provided by RCW 43.17.330, in which event the Governor's process will control. GOVERNANCE This Agreement is entered into pursuant to and under the authority granted by the laws of the state of Washington and any applicable federal laws. The provisions of this Agreement shall be construed to conform to those laws. Revised June 18,2008 Page 3 of 5 JIB Agreement No. A08-003 Other party Agreement No. In the event of an inconsistency in the terms of this Agreement, or between its terms and any applicable statute or rule, the inconsistency shall be resolved by giving precedence in the following order: a. Applicable state and federal statutes and rules; b. Statement of Work; and C. Any other provisions of the Agreement, including materials incorporated by reference. DEBARMENT AND SUSPENSION By executing this Agreement, CKCF certifies that it is not debarred, suspended or otherwise excluded from or ineligible for participation in Federal Assistance Programs under Executive Order 12549 "Debarment and Suspension". CKCF ' certifies that it will not contract with a subcontractor that is debarred or suspended. ASSIGNMENT The work to be provided under this Agreement, and any claim arising thereunder, is not assignable or delegable by either party in whole or in part, without the express prior written consent of the other party, which consent shall not be unreasonably withheld; provided however that CKCF is authorized to subcontract for provision of offender employment related training with approved providers. ' WAIVER A failure by either party to exercise its rights under this Agreement shall not , preclude that party from subsequent exercise of such rights and shall not constitute a waiver of any other rights under this Agreement, unless stated to be such in a writing signed by an authorized representative of the party and attached to the original Agreement. SEVERABILITY If any provision of this Agreement or any provision of any document incorporated by reference shall be held invalid, such invalidity shall not affect the other provisions of this Agreement which can be given effect without the invalid provision, if such remainder conforms to the requirements of applicable law and the fundamental purpose of this Agreement, and to this end the provisions of this Agreement are declared to be severable. USE AND DISCLOSURE OF INFORMATION ' CKCF shall not disclose or misuse any private and confidential information obtained under this Agreement unless the disclosure is authorized by law and directly connected to the official purpose for which the information was obtained. The misuse or unauthorized release of private and confidential information shall subject CKCF, its employees or agents to a civil penalty of Five Thousand dollars ($5,000) and other applicable sanctions under state and federal law. Revised June 18,2008 Page 4 of 5 JIB Agreement No. A08-003 AGREEMENT MANAGEMENT Other party Agreement No The program manager for each of the parties shall be responsible for and shall be the contact person for all communications and billings regarding the performance of this Agreement. rALL WRITINGS CONTAINED HEREIN This Agreement contains all the terms and conditions agreed upon by the parties. No other understandings, oral or otherwise, regarding the subject matter of this Agreement shall be deemed to exist or to bind any of the parties hereto. CONTRACT MANAGEMENT rThe program manager for each of the parties shall be responsible for and shall be the contact person for all communications and billings regarding the performance of this Agreement. The Program Manager for the Jail Industries Board is: Dean Mason, JIB Executive Director, or his successor, 801 88th Ave. SE, I Tumwater, WA 98501-1115, (360) 725-9179, damason(a�doc1.wa.gov. The Program Manager for the City of Kent Police Department is: Curt Lutz, Lieutenant, or his successor, 220 S. 4th Avenue, Kent, WA 98032, (253) 856-5964, clutz(cDci.kent.wa.us. rIN WITNESS WHEREOF, the parties have executed this Agreement. ' State of Washington City of Kent Police Department Jail Industries Board Corrections Facility r Runette Mitchell Date Steve Strachan Date Chair Chief of Police 1 r r r r ' Revised June 18,2008 Page 5 of 5 JIB Agreement No. A08-003 Other party Agreement No. ' ATTACHMENT A— STATEMENT OF WORK INTERAGENCY AGREEMENT BETWEEN STATE OF WASHINGTON JAIL INDUSTRIES BOARD AND CITY OF KENT POLICE DEPARTMENT The City of Kent Police Department — Corrections Facility (CKCF) shall provide offender employment and reentry services through development of a Flagger Certificate Project, related offender programs, and partnerships with other agencies to include, but not limited to, New Connections of South King County and the Washington State Employment Security Department. The CKCF, through the funding outlined in this Agreement, will provide offenders with the necessary education and training to achieve a flagger certification, which provides the skills needed for employment by construction businesses. City of Kent Police Department— Corrections Facility (CKCF) Activities: ➢ CKCF will provide all project management, recruitment of participants, and maintain documentation on participants and outcomes. ➢ CKCF will supervise a contracted training program using formal curricula for training and certification in construction-based flagging operations. ➢ CKCF will purchase a variety of computer software that provides offenders with training in basic computer skills, job search, resume writing, etc. Output: ➢ Minimum of 52 inmates will receive construction-based flagging training in the first year. Performance Measures: ➢ Number of participants receiving certification. ➢ Number of participants not receiving certification and why. ➢ Recidivism rate of participants one year after completion of training and release from custody. ✓ Compared against recidivism rate for inmates with no program participation. ✓ Compared against recidivism rate for inmates participating in other programs. *OTHER CONTRACTED SERVICES OR PARTNERSHIPS: Offender Workforce Development (OWDP) Activities: ➢ Provide offenders with pre-employment training, job search assistance, and referrals for driver's license reinstatement and other required employment documents. Output: ➢ Placement of offenders with employers upon release from incarceration. ' Revised June 18,2008 Page 6 of 5 JIB Agreement No. A08-003 , Other party Agreement No Performance Measures: ➢ Number of offenders served. ➢ Number of offenders finding employment. New Connections of South King County Activities: ➢ Provide offenders with pre-employment training, job search assistance, and referrals for driver's license reinstatement and other required employment documents. Output: ➢ Placement of offenders with employers upon release from incarceration. Performance Measures: ➢ Number of offenders served. ➢ Number of offenders finding employment. * NOTE: Partners listed in the Statement of Work are not bound by the contractual lanquage of this Agreement and are only listed as voluntary participants in the r collection of performance measure data. Partners are free to decline or discontinue this voluntary participation unless bound by some other contractual agreement with the City of Kent Police Department — Corrections Facility (CKCF). Revised June 18,2008 Page 7 of 5 Kent City Council Meeting Date July 15, 2008 ' Category Other Business - 7A 1. SUBJECT: KENT EVENTS CENTER SUPPLEMENTAL BUDGET AUTHORITY - APPROVE 2. SUMMARY STATEMENT: Staff is recommending the City Council approve an additional $5,929,000 for the Kent Events Center Project budget. The current project budget authorized by Council is $78,600,000. The additional funds requested will pay for project costs necessary to complete the building's design and construction on time while preserving the facility's revenue potential. 3. EXHIBITS: Kent Events Center supplemental request and Budget request for additional funds 4. RECOMMENDED BY: Operations Committee (Committee, Staff, Examiner, Commission, etc.) 5. FISCAL IMPACT Expenditure? Yes Revenue? N/A Currently in the Budget? Yes No X 6. CITY COUNCIL ACTION: ' Councilmember moves, Councilmember seconds to authorize an additional $5,929,000 for the Kent Events Center Project and authorize the Mayor to expend such funds and execute all necessary documents and change orders for the project, subject to final terms and conditions acceptable to the City Attorney. DISCUSSION: ACTION: �1 3 Do 0 0 o 0 O N L C C N N V) O N 0 0 0 N ,ten o 0 7 7 (fin (fin L 1lf L 0 L C C •C C • UOa) O 0) 0 > 0O (O) C > > (n C EM a 0) O a1 O M a) U> C _a - U� O CM 0 0 0 V iC f6 N — 0 O >� - N 0 0 0 0 4 j 4. () a) m O N O aJ U L U 0.cu `�- rfo -0 aab o a � V) •° 0 X u o 0 0 0 O 01 cm 0 01 0 (CO 2r v c c +� rn c .5 v X r_ � in x c N C U- > > .� w N ` a) v ro O C 0 v > •f° m > > a� , > v > w > 0 LA > > > r,-E CL E E v- I a � E f a E a Ln n - E n n-0 0.-0 U U W ii u ¢ E u E w E c E EW E � *-( 00 O kO 01 M N ko O O O O O Ln Ln 00 tO O tr O O %D ly Ln N N CD M +--( kO kD N ClO O O O N I� O N Ln M Ol O1 CDN N Ln N N Ln 00 M Ln O D O O D %D Ln 00 oo O 00 O Ln O 00 Q Oi tp O N d= In M O 11i a0 ui O Oi M 1� M O .--� Cr t0 to 00 V N M M . 4 %D M 00 M M .i O1 N � d' � IA In Mil }i i ifT ifl-if}Eft tt}i ifs ifl- }ift fR i } ifl-Eft 4&iA ifs 0 01 � a a� u � o LU x 0 c ca o VLU o N oO 01 00 Cfu 0 L OC 0 i C p a) N a Ln u a) U m C7 C +� u Ql -0 d (U +O+ 0 i i (n m y0 C � C J . � — 0 Ln O tn p 00 Q C N (0 VI f0 (n C ..x7 {?�� N O — w (n C (n M tl^ LU Q L � `� O C N +� Q) Oi 0 E O a) `�.i'M c 'o u LQn '2 a) oC m � g C u (`v a avi ECD 0 � � c O �n OEnp o v = = rn o a� a> > — x c v rn c u x C A LU I— (D iLl. , Z > ' W O C L. 0 0. 0 V ac .� E > ._ C. p G1 ZLu 1 00 C) 0 N OP ON ir m m ro ru",j Q) Q) 0) cu 0 En U*) Ln Ln Ln = In V) CU = — (A 4� 4� M - = (u > c M C 0 0 0) CU U) 0 V)-22 -2 c c 3: 1 U u u u V) ro N 13 o -a -0 -0 -0 'CL'CL (D ch m B C a C a = = > o " '- a m m 'o fo (2 < CL ra (A (n Ln V) CL a) Q) cu cu cm cm E 0 4� m m 0 _ 0 w 0 CU :3 U.) w (n Ln -0 fa W (n V) E E E Ero 0 0 0 0 2L < -a 2 2 ru LA V)M =3 Z 10 < 0) cu aci cm V) a =3 =3 :3 > > r • o CU CU w w > > > cu V) m fo ro -0 w En F/i ro u N w m (n 4- n) ( M Ln r I E- s 0) v Q) LO 0 V) Ul 0 > do Q) u W" ("U 0 m Ln 4� E -0 -a CL u c u C a E 0 _0 u < O N C) C) CD Ln Ln zr C14 -4 0 M (n C) Cl co 00 0 0 C) C> C) Ln 0 -0 CD Ln Ln m in N -I CD CD N M C) '-I' %D C) —4 C) M %D Ln a, '1- '.0 00 C� v! Ln .A j4 Lf� , r, m 0-1 C) c) 0 N romp C� rl� Lrf Cll rz r*11 M, col rn rl� C) a% m -i cj 01 n .�r Co r, V_ q? rO 1*0 N CD r%i 1.0 11, Ln rl 'Ir m ko :,C,3 . . . . . Ln, Ln N iA-Vr iF, m 4 :3 fo ro Lim Ca C: CL Nr C E 0 u C: 0 E CL ci� Nu �: U 0 U.J u cu fu Ln Lr) ca. m I- Ln Ln V) (D 0 cm E cu 0)CM 1 0) w .9 cu Ln ro > S Ln cn-r- 0) co a: 4� iq 1-11 00 C n C: cn ' o r- 0) M fo g� 8 L 65 I.R cm AN T -R" Cl � -0 :3 :3 r a Ln V- "If"Na- 0 0 " M O. co m S :3 co v -3 :3 -3 :3 a. fo o uj E (D 3: o 4� L-i -1 E " . " C _4 D U- U- • ­4 = < (v 2 a) IR C6 C6 <(n E 0 U- 4r� Nr- LL u I w L.L u NON a) r- U 3: cu a c " LL -Z m CL 0 CU w 0) cu cu ra =3 Q) fu co u =3 -0 u 0 E E 0 0 c fo V) U) Ln fato m u c =1 < cu -0 0 C W CM u rp 0 C CL U co 3r -- Ca c cr a c =1 u < n (A Im m M Ewn p IV 1 C cr > 1:9 ce LA m 0 .z ° r 4I n LU Q• N V N Ln Y -_` m 01 n o C 01 LLt O O O 0 C C C C O C L U U u o6 o v v w m - - o . c c c .`3 �' Eo L f0 f0 f0 C + 4- 1~ N-- 4.- L y_ 0 U) C C C O O O O O a 0 X 4) O 4) > i lL co C C C 0 C C C C O C i (0 (0 fp (0 (C 7 " : fn N N m f0 f0 m (0 4O m t7f Lj- cn C C C > z, U U U U U aaaE vvvvv= _0 -0 O O O w w to N a to to fib vl vl 4) Ln O C C C C fU C N � N N O to > s O fn 7 7 3 0) 2 +.t +� +� O y�.l OE (n v -0 -0 -0 V a ,C •� •� n•� + o 0 0 0 0 0 0 00 k.0 kD M -` 0 1 1 1 1 m a1 O Ln n O C G r A C C G N LLn N h C 00 N 0o0 ramrn ( f\ N Hf p M O +-4 V, ip M a O d' M �00 O i � 0 %0 Ln ►Ln (� N d' M N �0 +1 N N M 1 '( Cl N rf M M Ln �' Ln Lft FAY � GO tc+ M _ Ll � �, tff-b-,i!r iU} •ice�Pr {f} i iA- ift cm Ln �c U ;D c; U U U 0 O i. Au P'- Ln L - a..+ . cu 0 E m t" _ .N O CL _0 Lm `` L� L }J ' N ru 1 1 1 � L ''f t"Y - ol _ + dS N C C C tv L LA t C Ln f U- O O O O E .-..�00 < . 01 F- i.r.00 O 1 O O O .O L c c p _j J J fn 7 o 0 0 fit c Ln Mn c [0 U � v v f� Qi :� � +� +� ro � U vON N N O tv Ln (C6 'rwO f0 0 �1 Q U (�6 (�O fi0 (0 7 U C ,ter N 'r+ LO (O LO fp 'n C +p+ "0 > 0) 01 01 �j °:.. -0 a� a a a v u C7 -ci Ln m 3 '� ro (No ((D ffoo n Ur 1c r$ 3 U.IQm U� O Vf r aaaa :Dfn IA V! _ <F E 3�+'r is N i; CFA d O R a d £. a -E` 0 000 C) N M N Lr) Lo 00 r- (=)m 'a=, -ai I % t Cd I;r 00 N N 9 Lr, N N N N Ln m m Ln 14 N 14 4d2k-4di,.+P,4A V fu Ile Ln 0 'R '- C) o q r- 2 1 . m OW ui E u E U- U 0 E V)2 � C 4-0 Ln lc� rz U Kent Events Center(KEC) Budget Request for Additional Funds Summary of Project Costs and Potential Revenue Funding Needs Committed and Required Additional Costs of the Project Structure and equipment already ordered to maintain schedule and improve operations, appearance, and revenues of the building (Group 1) $ 592,000 Professional services for testing and inspections, LEED certification, architecture and engineering, and project management $ 510,000 State sales tax, city permit fees, and Insurance $ 898,000 Subtotal -Committed and Required Costs $2,000,000 Additions to Meet Revenue Projections and Improve Safety Center Scoreboard - Budget Authorization $1,200,000 (self-financed through advertising revenue) Complete Suite Lounge $ 403,000 (required for revenue - Group 2) Complete Signage Package $ 330,000 (required for revenue and operations- Group 2) Railroad Crossing Pedestrian Gates at James St $ 250,000 Bond Financing Costs $ 200,000 Subtotal -Additions for Revenue and Safety $2,383,000 Total --To Complete the KEC $4,383,000 Improvements to Quality, Efficiency and Revenue Increase Revenue Potential (Group 3) $ 303,000 More Efficient Operations (Group 4) $ 464,000 Achieve Expected Appearance of Plaza (Group 5) $ 669,000 Complete Design of Improvements $ 110,000 Subtotal -Improvements $1,546,000 Total -Completed and Improved KEC $5,929,000 Increased Bond Capacity as a Result of Additional Revenue Potential Bond Capacity of Advertising on Center Scoreboard ($140,000 annually) $1,400,000 Bond Capacity of Additional Anticipated Building Advertising and Sponsorships ($200,000 annually) $2,000,000 Bond Capacity of Additional Suite Sales ($60,000 annually- 19 suites) $ 600,000 Total --Increased Bond Capacity $4,000,000 1 Kent City Council Meeting Date July 15, 2008 Category Bids - 8A 1. SUBJECT: NORTH PARK SANITARY SEWER REBUILD 2. SUMMARY STATEMENT: The bid opening for this project was held on July 8, 2008, with six (6) bids received. The low bid was submitted by Frontier Construction in the amount of $1,168,465.18. The Engineer's estimate was $1,223,439.29 3. EXHIBITS: Public Works Memorandum dated 7/9/08 4. RECOMMENDED BY: Public Works Director (Committee, Staff, Examiner, Commission, etc.) S. FISCAL IMPACT Expenditure? X Revenue? Currently in the Budget? Yes X No ' 6. CITY COUNCIL ACTION: Councilmember Gmoves, Councilmember seconds to award the contract for the North Park Sanitary Sewer Rebuild project to Frontier Construction in the amount of $1,168,465.18. DISCUSSION: ACTION: C r PUBLIC WORKS DEPARTMENT Larry R. Blanchard Public Works Director 400 West Gowe E N T Kent, W98032 K 5 -6500 Fax: 253-866500 W A S H I N O T O N PHONE: 253-856-5500 Memorandum DATE: July 09, 2008 TO: Kent City Councilmembers THROUGH: Larry R. Blanchard, Public Works Director FROM: Dennis Johnson, Project Engineer RE: North Park Sanitary Sewer Rebuild The bid opening for this project was held on July 08, 2008 with six (6) bids received. The lowest responsive and responsible bid was submitted by Frontier Construction in the amount of $1,168,465.18. The Public Works Director recommends awarding this contract to Frontier Construction. Bid Summa 1. Frontier Construction $1,168,465.18 2. Rodarte Construction $1,247,561.64 3. Pivetta Brothers, Inc. $1,336,626.27 4. King Construction $1,339,518.46 5. Tri -State Construction $1,427,481.94 6. Johansen Excavating $1,728,667.84 Engineer's Estimate $1,223,439.29 City of Kent Public Works Department u:\pwcommittee\bidmemo.doc ' REPORTS FROM STANDING COMMITTEES AND STAFF A. COUNCIL PRESIDENT B. MAYOR C. OPERATIONS COMMITTEE D. PARKS AND HUMAN SERVICES COMMITTEE E. PLANNING AND ECONOMIC DEVELOPMENT MMITTEE F. PUBLIC SAFETY COMMITTEE G. PUBLIC WORKS H. ADMINISTRATION REPORTS FROM SPECIAL COMMITTEES 1 j 1 r . 1 KENT WASH IN OTON OPERATIONS COMMITTEE MINUTES JUNE 3, 2008 Committee Members Present: Les Thomas and Tim Clark. Debbie Raplee was absent. The meeting was called to order by Chair Tim Clark at 4:05 p.m. 1. APPROVAL OF MINUTES DATED MAY 20, 2008 Thomas moved to approve the minutes of the May 20, 2008, Operation Committee meeting. Clark seconded the motion, which passed 3-0, with Raplee's concurrence. 2. APPROVAL OF VOUCHERS DATED MAY 31, 2008 Finance Director Bob Nachlinger presented the vouchers for May 31, 2008, for approval. Thomas moved to approve the vouchers dated May 31, 2008. Clark seconded the motion, which passed 3-0, with Raplee's concurrence. 3. NON REPRESENTED CLASSIFICATION AND COMPENSATION STUDY 2008 Employee Services Senior Analyst Ray Luevanos and Benefits Manager Becky Fowler presented the 2008 Non Represented Classification and Compensation Study for 2008. Luevanos and. Fowler advised that the last salary review for this group of non- represented employees was conducted in 2002. This is in contrast to the City's represented employees who are reviewed every three years during the collective bargaining process. Conducting the compensation study allows the City to remain competitive in the labor market, affording the City the ability to recruit and retain high quality staff. In the past few years the City has struggled to recruit and retain professional engineers. Currently the City has three professional engineer positions that have been vacant for over a year. The implementation of this salary study will allow the City to regain it's competitiveness in the market place. The Employee Serves Department conducted the 2008 Non-represented Classification and Compensation Study for the professional, technical, and administrative support positions throughout the City. The total cost of implementation for the remainder of 2008 (six months) is $191,910.00. The total cost for a twelve month period would be $383,820.00. In the 2008 budget, $350,000 was set aside to implement the classification and compensation study on July 1, 2008, the remaining six months of the year. Seventy-two percent (72%) of the recommended increases are for the City's Public Works, Engineering and i 2� Operations Committee Minutes June 3, 2008 Page: 2 Information Technology Departments. Luevanos and Fowler advised that the project came in on time and under budget for 2008. Questions were raised by the Committee which Luevanos and Fowler responded to. Thomas moved to recommend that the Non-represented Classification and Compensation Study for the professional, technical, and administrative support positions be placed on the City Council consent calendar for the June 17, 2008 meeting. Clark seconded the motion, which passed 3-0, with Raplee's concurrence. 4. VALLEY COMMUNICATIONS CENTER FIRST AMENDMENT TO INTERLO CAL AGREEMENT Chief Administrative Officer John Hodgson presented the First Amendment to the Valley Communications Center Interlocal Agreement. Hodgson advised that these Amendments to the Valley Communications Center formation Interlocal Agreement will allow the City of Auburn to enter into its own Interlocal agreement with the Valley Regional Fire Authority for purposes of providing fire and emergency medical services dispatch by way of Auburn's membership in Valley Com; and will recognize King County Fire and Rescue as successor in interest to the City of Federal Way Fire Department. Questions were raised by the Committee which Hodgson responded to. Thomas moved to recommend Council authorize the Mayor to execute the First Amendment to the Valley Communications Center Interlocal Agreement. Clark seconded the motion, which passed 3-0, with Raplee's concurrence. The meeting adjourned at 4:19 p.m. ch Renee Cameron Operations Committee Secretary KENT W-HINGTO. CITY OF KENT 1 PUBLIC SAFETY COMMITTEE MEETING MINUTES June 10, 2008 COMMITTEE MEMBERS: Debbie Raplee, Les Thomas, and Ron Harmon, Chair • The meeting was called to order by Chair Ron Harmon at 5:00 PM. • D. Raplee's absence was excused. R. Harmon had her concurrence on action items. Chair called for additions or changes to the agenda, items #7-11 were added. 1. Approval of Minutes L. Thomas moved to approve the minutes of the May 13, 2008 meeting. The motion was seconded by R. Harmon and passed 3-0, with Raplee's concurrence. 2. Washinaton Traffic Safety Commission $3.000 grant award - ACCEPT Police Chief Steve Strachan stated the funds would be used to purchase a LIDAR unit and introduced Sergeant Rafael Padilla who brought a LIDAR and explained its use. L. Thomas moved to recommend that Council authorize the Kent Police Department to accept the Washington Traffic Safety Commission grant not to exceed $3,000. The motion was seconded by R. Harmon and passed 3-0, with Raplee's concurrence. 3. Washington Traffic Safety Commission $7,500 grant award - ACCEPT Chief Strachan stated the funds would be used for special emphasis patrols to deter street racing activities. L. Thomas moved to recommend that Council authorize the Kent Police Department to accept the Washington Traffic Safety commission grant not to exceed $7,500 for street racing emphasis patrols. The motion was seconded by R. Harmon and passed 3-0, with Raplee's concurrence. 4. Police Marine Unit Boat $42,471 grant award from Washington State Parks and Recreation Commission — ACCEPT and AUTHORIZE Chief Strachan stated the funds will be used toward the purchase of a new boat and motor for patrols on Lake Meridian. L. Thomas moved to recommend that Council authorize the Kent Police Department to accept the Washington State Law Enforcement Boating Equipment Grant not to exceed $42,471, place this on the June 17, 2008 Consent Calendar and authorize the Police Chief to sign the agreement. The motion was seconded by R. Harmon and passed 3-0, with Raplee's concurrence. S. FY 2008 OJ3DP Gang Prevention Coordination Assistance Program grant application -AUTHORIZE Chief Strachan and Debra LeRoy, Research and Development Analyst, gave an overview of the proposed use of funds if the grant is awarded. L. Thomas moved to authorize the Kent Police Department to apply for the FY 2008 OJJDP Gang Prevention Coordination Assistance Program grant up to the amount of $200,000. The motion was seconded by R. Harmon and passed 3-0, with Raplee's concurrence. 6. FY 2008 OJJDP Strengthening Youth Mentoring Through Community Partnership grant application — AUTHORIZE Chief Strachan and Debra LeRoy gave an overview of the proposed use of funds if the grant is awarded. Pastor Jimmie James and Alice James were introduced and spoke about the community partnership portion of the application. L. Thomas moved to authorize the Kent Police Department to apply for the FY 2008 OJJDP Youth Mentoring Through Community Partnership grant up to the amount of $500,000. The motion was seconded by R. Harmon and passed 3-0, with Raplee's concurrence. ADDITIONS: 7. Justice Assistance Grant FY 2008 application - AUTHORIZE Chief Strachan and Captain M. Painter explained how the funds would be used. L. Thomas moved to authorize the Kent Police Department to apply for the FY 2008 Edward Byrne Memorial Justice Assistance Grant in the amount of $24,311. The motion was seconded by R. Harmon and passed 3-0, with Raplee's concurrence. S. Boat Patrol on Lake Meridian — INFO ONLY Chief Strachan stated that a plan is being developed to integrate residents on Lake Meridian as volunteers for patrol on the lake when police officers are unavailable. The volunteers will go through an application and training process. 9. Cornucopia Days — INFO ONLY Chief Strachan introduced Lt. John Pagel who stated that scheduling efforts will provide police patrol for the event, as well as the City, while keeping overtime costs down. 10. Police Physical Agility Test (PAT) — INFO ONLY Chief Strachan explained that the police officers' contract included a PAT this year, offering a small financial incentive for those who passed. The test was held on June 6th at French Field, with over 50% of the officers participating. In addition to working toward physical fitness, peer support, teamwork and leadership values were evident. 11. National Night Out — August 5th — INFO ONLY Chief Strachan invited the community to participate in this year's event and that Sara Wood is the Department's contact person for additional information. Committee members also encouraged the citizens to participate in the annual event. Chief Strachan mentioned that Kent Firefighter Mary Hauer's memorial service was held earlier today and that on behalf of the Kent Police Department, he extended condolences to family, friends and Kent Fire personnel. The meeting adjourned at 5:30 PM. Jo Thompson, Public Safety Committee Secretary Public Safety Committee Minutes 2 June 10, 2008 1 PUBLIC WORKS COMMITTEE MINUTES FOR DUNE 16, 2008 Committee Members Present: Committee Chair Deborah Ranniger and Committee Members Harmon and Raplee were present. The meeting was called to order at 5:02 p.m. ITEM 1 - Approval of the Minutes Dated May 19, 2008: Committee Member Harmon moved to approve the minutes of May 19, 2008. The motion was seconded by Raplee and passed 3-0. ITEM 2 - Information Only/American Public Works Association (APWA) Proiect of the Year.- Public Works Director, Larry Blanchard introduced Tina Nelson the Vice President of APWA, Washington Chapter. Tina complimented the Public Works Department and the contractors for their teamwork, cooperation, collaboration and communication in completing this project. She presented the Department with the Project of the Year Award for Transportation projects in the $10 million to $100 million range for the South 228th Street Extension. Larry also mentioned that with out the cooperation and teamwork this project wouldn't have been completed on time and under budget. Information Only/No Motion Required ITEM 3 - Amendment- Commute Trip Reduction: Commute Trip Reduction Coordinator, Monica Whitman noted that the purpose of this amendment is to allocate second year funding for the 2008-2009 project period. The City is required by State law to enforce the regulations specified in RCW 70.94,521. The City is then reimbursed by the State for costs incurred based on a formula devised by the State Department of Transportation, Public Transportation Office. Raplee moved to recommend Council authorize the Mayor to sign the Amendment to CTR Agreement GCAS394-01 between the Washington State Department of Transportation and the City of Kent, upon concurrence of the language therein by the City Attorney and Public Works Director. The motion was seconded by Harmon and passed 3-0. 1 ITEM 4 - Fund Transfer - from the 2281h Street Fund Project to South 2"d Avenue & Harrison Street Improvements: Public Works Director Larry Blanchard explained that as part of the Town Square Plaza Project Street Improvements (TSPPSI) Project, certain street improvements were required to be constructed along South 2"d Avenue and Harrison Street. Originally, the expenditures were to be paid through the TSPPSI Project, however, construction cost increases required participation from those funds that benefit from this project. IPage 1 of 3 2 ' PUBLIC WORKS COMMITTEE MINUTES FOR DUNE 16, 2008 Harmon moved to authorize the transfer of $800,000 from remaining project funds for the 2281h Corridor West Leg to the 2"d Avenue - Harrison Street Improvements portion of the Town Square Plaza Project to fund those street improvements adjacent to the Town Square Plaza Project. The motion was seconded by Raplee and passed 3-0. ITEM 5 - Limited Street License between the City of Kent and Level 3 Communications, LLC: Public Works Director, Larry Blanchard explained that the Limited Street License, under state law, constitutes a use permit and grants Level 3 Communications, LLC a private company the right to operate within Kent's right-of-way. Raplee moved to authorize the Mayor to sign the Limited Street License Agreement between the City of Kent and Level 3 communications, LLC in the one time amount of $8,000 which sum captures arrearage prior to the commencement of this License. The motion was seconded by Harmon and passed 3-0. ITEM 6 - Limited Street License between the City of Kent and AT&T Corp.; Public Works Director, Larry Blanchard explained that the Limited Street License, under state law, constitutes a use permit and grants AT&T Corporation, a private company, the right to operate within Kent's right-of-way. Harmon moved to authorize the Mayor to sign the Limited Street License Agreement between the City of Kent and AT&T Corp., in the amount of $5,000. The motion was seconded by Raplee and passed 3-0. ITEM 7 - Information Only/Water System Plan: Design Engineering Supervisor, Chad Bieren presented an update on the Water System Plan. He presented a PowerPoint presentation that was previously presented to the Land Use & Planning Board. Information Only/No Motion Required ITEM 8- Information On/y/Drainage Master Plan: Environmental Engineer III, Beth Tan presented a brief PowerPoint presentation explaining the current status of the Drainage Master Plan including discussion regarding financing the plan. Information Only/No Motion Required Page 2 of 3 3 PUBLIC WORKS COMMITTEE MINUTES I FOR DUNE 16, 2008 ADDED ITEMS: Garry Stewart asked the following two questions: 1. Sound Transit Parking Lot - When is the area that was to be a temporary parking site going to be marked? He noted that for the past 2.5 years people have been parking in an area that was not meant for parking. 2. He wanted to know whenwhen these developments; Highland Park, Stonebridge, Meridian Meadows were going to have all there construction done, apparently one of the Ponds has been excavated for a long time and not completed and it looks horrible. Larry told Garry and the Councilmembers he will keep them updated on progress being made at these subdivision construction sites. Adiourned• The meeting was adjourned at 6:00 p.m. Cheryl Viseth i Public Works Committee Secretary Page 3 of 3 CONTINUED COMMUNICATIONS A. EXECUTIVE SESSION ! ACTION AFTER EXECUTIVE SESSION 1 I ! i