Loading...
HomeMy WebLinkAboutCity Council Meeting - Council - Agenda - 10/20/2009 i � F 1 �2y�fZT'✓. � S� � � �v- 41 City of Kent sY r City Couneil Meeting Ae ae d .i T ( F October 20, 2009 Mayor Suzette Cooke Debbie Raplee, Council President ( Councilmembers Elizabeth Albertson Ron Harmon Tim Clark Deborah Ranniger j Jamie Danielson Les Thomas I �.r KEA1T WASHINGTON t City Clerk's Office 40 e KENT CITY COUNCIL AGENDAS KENT October20, 2009 WASHINGTON Council Chambers MAYOR: Suzette Cooke COUNCILMEMBERS: Debbie Rap lee, President Elizabeth Albertson Tim Clark Jamie Danielson Ron Harmon Deborah Ranniger Les Thomas ********************************************************************** COUNCIL WORKSHOP CANCELLED ********************************************************************** 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. Public Recognition B. Community Events C. Public Safety Report 5. PUBLIC HEARINGS A. Initiative Measure No. 1033 Concerning State, County, and City Revenue - Resolution Opposing 6. CONSENT CALENDAR A. Minutes of Previous Meeting - Approve B. Payment of Bills - Approve C. Pacific Technologies, Inc. Consultant Agreement - Approve D. Traffic Calming Standards Resolution - Adopt E. Sex Offender & Kidnapping Cost Reimbursement Agreement - Accept, Authorize and Establish Budget F. Bulletproof Vest Grant Award - Accept xCUA-.Qd 7. %HER BUSINESS A. Green River Levee Update 8. BIDS None (Continued) COUNCIL MEETING AGENDA CONTINUED 9. REPORTS FROM STANDING COMMITTEES STAFF AND SPECIAL COMMITTEES 10. W NTIN FAD CgMM NIC TIONS 11. EXECUTIVE SESSION AND AFTER EXECUTIVE SESSION A. Labor Negotiations 12. ADJOURNMENT t 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. L V aJ -C ra L L 3 L Q ' O L F- QO >".- YC O ° ° ct W O Q a O O 0 Q � > Q , CL vR 0 u C L Q) "O o C (v C V O a) A Q) N -0 C to o U N w > T3 O Q bO ra O C N (d } COO to aJ U L L C Q) Q) L c N C : CAt v Qj C O O °j (V N N y `° v E Q) v) 0 C U.0 = y L Q a)�+ vQ �� •tC a+ ' - Y -O C Q) 'a — V p V C ro 3 O aJ C N C C -p •� C "" ro O C b0 O �[ 7 Q ° C `C = s U N N m YO a U c"C ' 'C = r. vA = Q L E -O C "� O Q) E O C C -0 w0 -0 m ° W Q1 DC >°s •> > >, Vol O Q1 C. CO L °U O o 0 O CL 0 Y m o v Q Q) '3 cO CO v_ C Q) ./ C M_. T o N yJ L t L O O 'A •U > L' � ° •_ �C Q) •L N U �o O L T T L a) L Q C (, O C '- O o n ' +_ ry u Q h -O Q) u -O � E E cti4 v L' Q °? b H .� b C m (C— 7 I �C L L C ro C N Q) C > N C O _C o a� Uu = ,c c � C° � a� a� � c °, � Q ° oo06•L � EL � � v30 � � =o �, • ay saa) -0 �Y � �-a -Qr° - a) ° E � oE '�a Eu ;d-° o � o _c Q N Q 000 ° O Q O °- 7 C ,o v) m O C O t N v_ N C O N ca O + Y T U ca 0- O m 'i L c > ._ u u 'Q . 7 0 = U E N Q) n L (U to L LLIL ob ° NE$ > rCa� N T v v _ aO w r3 ro Q N ro= 't. E ; Mm o j C � czU 0 >O p0 t U O u � � ) LO--0E 0Cn � a�� E ° U-QO L d � Ep aEU a; C c I- a� N is Q caa c Q E Q c s O ro 0 0 > uY u a, o o— c o s �, a, vop oo O Eo N cUoaci V uosU � � o � v 0 � °� a� U > ; O a, UE �•vL o � F�. o Eoc:) > Y a� o_>.� 0 3 u O v E u �' E a� „ •" eLa E Y Q-0 >C. �c E &i L � � a� �n v E� EU- 0 — LLA °-r- -c a Wit . �� E oY � O c � y oF-- � � U ~ � os � ra 2 � ro �s 0 O , � N C 3 v�i O p o a) 3 •,� t c E u 0 a a c Z U v l C '- O c U T c J > F' c a) Z a) 0 ° O >,t m � n dO w O O c � 7 J a b N N Y> c �"'� w W aTi c s .E a� 0 0� u .� -c U C E aj M E oo.. u c a0-Q O-° aJ Y I-' C L L LL1 p •� C to J M a� o�s .�� 3� V E� Q) C-0 �a °' 3 'y° v-o c as-o N c o w'�,'a' c-Q cP:s � E �- t' �, ° EE._ � > a:� � E � y hac2ro— ca� � � 4 .- F- � Oc u'a� u c ° N=° c v > "� o v a� M� c m E y aQ'i as C � .� � Q� ro 'C �� •«. c, O E ^� C N E •N 0 O•V U E E s O Q) Q) ,, O C O C - pO M s c cn c L Q ra O .- ._ ca °- - o m = in = 3 Q E U O . - ctS �'� C Q ra N Q Nru 7._ N O U c o— U'U o U N(� E N •- �n '- O n• .N U v U Y n Ut .- u c - a� O a0 c c ° .. c a� E E w L - �� .. v� p Y c w O ° +. 2 Q, '� .� m Q w o o p a E E c. x N CU W W a) W c a°1, s ° E os °� V UU m `LU�.N v bF— u Oo : a0w ro �a o L O •z > Ln �_ ui o Z _ � < rz L L Q) 3 N Q) > Y Q C R1 a a a^ � � p 3 = C2 I N U C O j E .. U ® � N N CN CMoO O 0pO Q a co aG a-) M O = O� u C�cO j N O CNL{.0 = N O -a a) z U cu L a, �r U?:Li r- c`v YY m �� V U 0. pia Lu t � COUNCIL WORKSHOP t i 1 t 1 1 1 1 1 1 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. A) FROM COUNCIL, ADMINISTRATION, OR STAFF B) FROM THE PUBLIC PUBLIC COMMUNICATIONS A) PUBLIC RECOGNITION B) COMMUNITY EVENTS C) PUBLIC SAFETY REPORT Kent City Council Meeting Date October 20. 2009 Category Public Hearings - 5A 1. SUB]ECT: INITIATIVE MEASURE NO. 1033 CONCERNING STATE, COUNTY, AND CITY REVENUE - RESOLUTION OPPOSING 2. SUMMARY STATEMENT: The purpose of this public hearing is to receive comments from the public before the City Council determines whether to adopt a resolution opposing Initiative Measure No. 1033 concerning state, county, and city revenue. State law prohibits the use of public facilities for campaign purposes, however, P P public facilities may be used if the City Council desires to take a formal and collective position on a ballot measure. The City Attorney's Office has provided specific notice of this meeting to the official Pro and Con Committees of Initiative Measure No. 1033. 3. EXHIBITS: Resolution, Initiative Measure No. 1033, and Voter's Pamphlet information regarding Initiative 1033 4. RECOMMENDED BY: N/A (Committee, Staff, Examiner, Commission, etc.) 5. FISCAL IMPACT Expenditure? Revenue? Currently in the Budget? Yes No 6. CITY COUNCIL ACTION: A. Councilmember moves, Councilmember seconds to close the public hearing. B. Councilmember moves, Councilmember seconds to adopt Resolution No. expressing the Kent City Council's opposition to Initiative Measure No. 1033 concerning state, county, and city revenue, which is being put before voters at the November 3, 2009, general election. DISCUSSION: ACTION: RESOLUTION NO. A RESOLUTION of the City Council of the City of Kent, Washington, expressing its opposition to Initiative Measure No. 1033 concerning state, county, and city revenue, which is being put before voters at the November 3, 2009, general election. RECITALS A. Initiative Measure No. 1033 (I-1033) will be placed before voters at the November 3, 2009, general election. If adopted, I-1033 would place an inflationary and population-based growth limit on state, county, and city general fund revenues received from taxes, fees, and other charges not expressly approved by voters. I-1033 requires that revenues exceeding the limit be placed in "Lower Property Taxes Accounts" and used to reduce the following year's state, city, or county general fund property tax levies. B. The Washington State Office of Financial Management estimates that, if passed, I-1033 will reduce general fund revenues by 2015 in the amount of $5.9 billion for the state, $694 million for counties, and $2.1 billion for cities. The effects of I-1033 are exacerbated during a recession because 2009 recessionary revenues are the I-1033 baseline. I-1033 fails to address the impacts of a recovery following an economic downturn. C. Additionally, I-1033 only excludes voter approved revenue after the date of the initiative and does not exclude revenues previously approved by voters. The initiative also uses a lower inflationary index for the revenue limit 1 Opposition to Initiative 1033 Concerning State, County, City Revenue I provided by the initiative, while expenditures are typically based on the higher Consumer Price Index. D. I-1033 would create an unsustainable financial condition and strong disincentives for local governments to accommodate non-residential development in their communities, since revenues generated by economic development ' activities and funding to accommodate that growth would rapidly reduce property tax revenues for those local governments. The scope of I-1033 also includes revenue from federal and state grants, and revenue from services cities contractually provide to other entities. This provides little incentive for the federal or state government to award grants to Washington cities or for cities to seek revenue generating contracts. E. The City Council has carefully considered the direct and indirect impacts of I-1033, and concludes that it will undermine the ability for the state, counties, and cities to provide services to constituents. F. In accordance with RCW 42.17.130, notice for the opportunity to 1 comment on this resolution at the Council's October 20, 2009, meeting was published in advance and an equal opportunity was provided for those in favor of and those opposed to 1-1033 to speak. The Council finds that an expression opposing I-1033 is appropriate and in the public's interest. NOW THEREFORE, THE CITY COUNCIL OF THE CITY OF KENT, WASHINGTON, DOES HEREBY RESOLVE AS FOLLOWS: RESOLUTION SECTION 1. - Findings. The Kent City Council adopts the foregoing recitals as its findings as if each was set forth herein. SECTION 2. - Opposition to Initiative 1033. The Kent City Council hereby expresses its opposition to Initiative Measure No. 1033 concerning state, county, f 2 Opposition to Initiative 1033 Concerning State, County, City Revenue I and city revenues that will appear on the November 3, 2009, ballot, and encourages Kent voters to cast their ballots against this initiative. SECTION 3. - Severabilitv. If any section, subsection, paragraph, sentence, clause or phrase of this resolution is declared unconstitutional or invalid for any reason, such decision shall not affect the validity of the remaining portions of this resolution. SECTION 4, - Ratification. Any act consistent with the authority and prior to the effective date of this resolution is hereby ratified and affirmed. SECTION S. - Effective Date. This resolution shall take effect and be in force immediately upon its passage. PASSED at a regular open public meeting by the city council of the city of Kent, Washington, this day of October, 2009. CONCURRED in by the mayor of the city of Kent this day of October, 2009. SUZETTE COOKE, MAYOR ATTEST: BRENDA JACOBER, CITY CLERK APPROVED AS TO FORM: TOM BRUBAKER, CITY ATTORNEY 3 Opposition to Initiative 1033 Concerning State, County, City Revenue I hereby certify that this is a true and correct copy of Resolution No. passed by the City Council of the City of Kent, Washington, the day of { October, 2009. I BRENDA JACOBER, CITY CLERK P:\CMI\Resolu[lon\I-1033-ResoludonOpposing.doc I 1 I i 1 1 I I 4 Opposition to initiative 1033 Concerning State, County, City Revenue f Initiative Measure 1033 Ballot Title Full Text Initiative Measure No. 1033 concerns state, county and city revenue. This measure would limit growth of certain state, county and city revenue to annual inflation and population growth, not including voter-approved revenue increases. Revenue collected above the limit would reduce property tax levies. Should this measure be enacted into law? [] Yes [] No The Official Ballot Title and the Explanatory Statement were written by the Attorney General as required bylaw.The Fiscal Impact Statement was written by the Office of Financial Management as required by law.The Secretary of State is not responsible for the content of arguments or statements (WAC 434-381-180). CIFIscal Impact Statement Fiscal Impact through Calendar Year 2015 Initiative 1033 limits annual growth of state, city and county general fund revenue to the rate of inflation and population growth. General fund revenues exceeding this limit must be used to reduce the following year's state, city or county general fund property tax levy. The initiative reduces state general fund revenues that support education; social, health and environmental services; and general government activities by an estimated $5.9 billion by 2015. The initiative also reduces general fund revenues that support public safety, infrastructure and general government activities by an estimated $694 million for counties and $2.1 billion for cities by 2015. General Assumptions The initiative is set on a calendar year (CY) basis. CY 2010 revenue limit is calculated as follows: CY 2009 General Fund Revenue x (1 + 2009 % Change Population) x (1 + 2009 % Change Inflation) CY 2010 general fund revenues that exceed the CY 2010 revenue limit will be transferred into new "Lower Property Tax Accounts"for the state, counties and cities. The first transfer(s) into the new accounts will occur in CY 2011. The first property tax levy to be reduced by the initiative is the 2011 levy, which is collected in CY 2012. Thus, funds will be transferred from the new"Lower Property Tax Accounts' into state, county and city general funds in CY 2012 to account for any reduction in 2011 levies. State Revenue Estimate -Assumptions The initiative defines state general fund revenue as the aggregate of revenue from taxes, fees and other governmental charges received by state government that are deposited into any fund subject to the state's expenditure limit under RCW 43.135.025. For CY 2009 and CY 2010, state general fund revenues are General Fund — State revenue estimates from the June 2009 Washington State Economic and Revenue Forecast Council converted from a fiscal-year basis to a calendar-year basis. The following state revenue sources, totaling less than $30 million annually, have been excluded from these estimates: • Sales and income from property. Contributions and grants. Grant and loan repayments. Indirect and prior cost recoveries. • Unclaimed property. • Charges for publications and documents. • Interest and investment earnings. State general fund revenues for CYs 2011-15 are estimated to grow, on average, by the change in real per capita personal income plus change in inflation plus change in population, adjusted for revenue elasticity. This methodology is consistent with prior long-term revenue forecasts produced by the Office of Financial Management (OFM), and results in an average annual growth rate of 4.8 percent. f State general fund revenues are reduced by the amount required to be transferred into the Budget Stabilization Account created under Article 7, Section 12, of the Washington State Constitution. The initiative defines inflation as the annual percentage change in the Implicit Price Deflator for Personal Consumption for the United States as published on or about March 27 each calendar year by the Bureau of Economic Analysis and reported by OFM. Inflation estimates for CY 2009 and CY 2011 are from the June 2009 Washington State Economic and Revenue Forecast. Inflation estimates for CYs 2012-15 are from the June 2009 HIS Global Insight forecast of the Implicit Price Deflator for the United States, The Washington State Economic and Revenue Forecast Council relies on IHS Global Insight models and data for the U.S. portion of the official state economic forecast. The initiative defines population growth as the percentage change in the statewide population based on the annual statewide population determinations reported by OFM during the prior calendar year and the current calendar year. Statewide population growth estimates are from OFM's 30-Year Forecast of the State Population. i Estimated STATE Cash Receipts: FUND CY 2010 CY 2011 CY 2012 CY 2013 CY 2014 CY 2015 General 0 ($676,000, ($875,000, ($1,125,000, ($1,447,000, ($1,803,000, Fund - State 000) 000) 000 000 000 Lower State 0 $676,000, $875,000, $1,125,000, $1,447,000, $1,803,000, Property 000 000 000 000 000 Tax Account State Costs to Implement -Assumptions ti Less than $50,000 will be incurred by OFM in CY 2009 and CY 2010 to set up, test and verify computer systems, and establish policies and practices to implement a state general fund revenue limit County and City Revenue Estimate -Assumptions The initiative applies to counties, first class cities, second class cities, code cities, towns and , unclassified cities. To account for possible different patterns in population and revenue growth, counties and cities were analyzed using four groupings: 1. Urban County—7 counties 2. Rural County— 32 counties 3. Cities in Urban Counties — 109 cities and towns 4. Cities in Rural Counties— 172 cities and towns Urban counties are Clark, King, Kitsap, Pierce, Snohomish, Spokane and Thurston; all others are rural counties. Under RCW 82.14.370, rural counties are defined as a county with a population density of less than 100 persons per square mile or a county smaller than 225 square miles as determined and published each year by OFM for the period July 1 to June 30. County and city general fund revenues are defined as the aggregate of revenue from taxes, fees and other governmental changes received by the county or city and deposited into the county current expense fund or city general fund, respectively. County and city revenues are estimated from 2007 financial information contained in the Local Government Financial Reporting System (LGFRS) of the Washington State Auditor's Office. Only funds reported within LGFRS as general fund revenues are assumed to be deposited into the county current expense fund or city general fund, and therefore, are i included in these estimates. The following county and city revenue sources have been excluded from these estimates: Federal and state direct and indirect grants. State shared taxes or revenues. • Charges for contracted services performed by counties or cities. • Charges for enterprise activities or charges that are not governmental in nature. Inter-fund and inter-department charges. • Interest and investment earnings. County and city general fund revenue growth rates for CYs 2009-15 are related to the state's revenue growth rate by estimating each grouping's five-year historical rate of revenue growth in proportion to the state's revenue growth rate of 4.8 percent. Inflation estimates for counties and cities are the same as used for the state. Population growth is defined as the percentage change in the countywide population for counties and the percentage change in citywide population in cities, as reported annually by OFM. County and city population growth is estimated from OFM's 30-Year Forecast of the State Population, adjusted using OFM's Washington State County Growth Management Population Projections: 2000-2030 and each grouping's historic population growth rates. Estimated URBAN COUNTY Cash Receipts: FUND CY 2010 CY 2011 CY 2012 CY 2013 CY 2014 CY 2015 General 0 ($55,000, ($70,000, ($87,000, ($111,000, ($137,000, Fund - 000) 000) 000) 000) 000) Urban Counties Lower 0 $55,000,0 $70,000,0 $87,000,000 $111,000, $137,000, County 00 00 000 000 Property Tax ` Accounts Estimated RURAL COUNTY Cash Receipts: i FUND CY 2010 CY 2011 CY 2012 CY 2013 CY 2014 CY 2015 General 0 ($24,000, ($35,000, ($46,000, ($58,000, ($72,000, Fund - 000) 000) 000) 000) 000) Rural Cou nties Lower 0 $24,000,0 $35,000,0 $46,000,000 $58,000,000 $72,000,000 County 00 00 Property Tax Accounts Estimated CITIES IN URBAN COUNTIES Cash Receipts: FUND CY 2010 CY 2011 CY 2012 CY 2013 CY 2014 CY 2015 General 0 ($176,000, ($257,000, ($350,000, ($463,000, ($588,000, Fund - 000) 000) 000) 000) 000) Cities in Urban Counties Lower City 0 $176,000, $257,000, $350,000, $463,000, $588,000, Property 000 000 000 000 000 Tax Accounts ` Estimated CITIES IN RURAL COUNTIES Cash Receipts: f 1 FUND CY 2010 CY 2011 CY 2012 CY 2013 CY 2014 CY 2015 General 0 ($30,000, ($42,000, ($55,000, ($72,000, ($91,000, Fund - 000) 000) 000) 000) 000) Cities in Rural Counties Lower City 0 $30,000, $42,000, $55,000, $72,000, $91,000, Property 000 000 000 000 000 Tax Accounts 4 County and City Costs to Implement -Assumptions County and cities will incur indeterminate costs to implement the initiative during CY 2009 and CY 2010 to modify computer systems, establish policies and practices, train employees and respond to requests for public information. Costs will vary by jurisdiction and depend, in large part, on the jurisdiction's ability to modify accounting systems to identify and track revenues subject to the general fund revenue limit. EIExplanatory Statement The Law as it Presently Exists State and local governments receive revenue through taxes and fees. Some of the rates for these taxes and fees are set by elected representatives in the state Legislature, or in the case of certain local taxes, by local city councils, county councils, or boards of county commissioners. Local taxes may be imposed only if they are authorized by state law. The rates for taxes paid to the State of Washington are set in statute by the Legislature. The voters may also enact laws regarding taxes by initiative or, if applicable, by referendum. Some local taxes can only be imposed if the local voters approve them. State law also permits the assessment of certain fees by state or local agencies, as authorized by the Legislature. The State deposits much of the revenue that it receives from taxes and fees into the state general fund and into accounts referred to by the law as "related funds." Cities and counties place much of the revenue that they receive from taxes and fees into local "current expense funds." These funds are similar in nature to the State's general fund. State law limits spending from the State general fund and "related funds" to the prior year's expenditures from those funds, increased by the average growth in state personal income for the prior ten years. The spending limit does not apply to city and county expenditures. The state constitution and state statutes limit the maximum amount of revenue that state and local governments may collect from property taxes in a given year, and the amount that property taxes may be increased each year. The state constitution generally limits the total of all annual property tax levies on a particular property to no more than 1% of its true and fair value, unless voters approve higher property taxes. In addition, by statute, the total amount of money that any state or local jurisdiction receives from property taxes may only increase by 1% per year, or the rate of inflation. Total property tax revenue for each jurisdiction can only go up by more than this amount if the voters of that jurisdiction approve the increase by a majority vote. Property taxes for particular parcels may increase or decrease by more or less than that amount, depending on changes in assessed valuation or new construction. Property taxes are levied by both state and local governments. Local property taxes are levied by cities, counties, and special districts, either by the elected representatives or through voter approval of specific property tax levies. The Effect of the Proposed Measure if Approved This measure would limit the growth of revenue to the State's general fund and "related funds," and to cities' and counties' local "current expense funds," based on an annual rate of inflation and population growth. If the State or any city or county receives revenue in a given year above the revenue limit established by the measure, then it must deposit the revenues above the limit into a separate account, and reduce the amount that it otherwise would be authorized to levy in property taxes in the following year by that amount. The limit on revenue growth would not apply to revenue increases approved by the voters at an election, and money received from the federal government would not be included in the State's revenue limit. The inflation rate used to calculate the revenue growth limit would be based on the implicit price deflator for the United States. The limit on state general fund revenue also would be based on changes l in statewide population, while for cities and counties it would be based on changes in population for each city and county. The revenue limit would be adjusted if the costs of any program or service are shifted to or from the state general fund or local current expense fund to another fund, or if revenue is transferred from the state general fund or local current expense fund to another fund. -!Statements For and Against 1 Statement For Statement Against 1-1033 Closes Loopholes the Legislature Put in Eyman's latest initiative is already a proven Taxpayer Protection Initiative 601, Voter- failure. Approved in 1993 Tim Eyman's latest initiative uses the same failed In 1993, during tough economic times, voters i formula as the "TABOR" law passed in Colorado, approved 1-601, putting reasonable limits on which led to deep cuts to public schools, roads government's fiscal policies, establishing a 1 and highways, and children's health care. It did so { sustainable rate for government to grow. 1-601 j much damage to the state's economy that in 2005, worked very well for many years until the Coloradans voted to suspend the law. Legislature started putting loopholes in it, resulting in major deficits—$3.2 billion in 2003—$9 billion in 1-1033 will make it harder for us to dig out of 1 2009. the recession. 1-1033 reestablishes 1-601's same reasonable The national recession has cost our state 1 allowance for growth (inflation plus population thousands of jobs and forced billions in cutbacks growth) and includes a safety valve allowing to important local services, like education and higher increases with voter approval. health care. 1-1033 will force deeper cuts and lock l 1 them in for years—meaning more job losses, more I-1033 gets government off the "fiscal roller hard times for Washington families, and a longer coaster,"allowing it to grow at a sustainable rate delay waiting for our economy to recover. that doesn't outpace taxpayers'ability to afford it. More bad news for our communities and small What Happens to Excess Tax Revenues that businesses. Government Collects Above 1-1033's Limit? After a Fixed... 1-1033 will make things harder than ever for local communities already struggling to maintain basic ...percentage of tax revenue is transferred into the services such as road repair, libraries and public constitutionally-protected rainy day fund, the safety. Small businesses rely on those services, remainder of excess tax revenues gets refunded ! and oppose 1-1033 because they will continue to back to taxpayers via lower property taxes. suffer during a prolonged recession. Struggling working families and fixed-income senior citizens desperately need relief from our state's crushing property tax burden. Washington shouldn't be a state where only rich people can f afford a home. 1-1033 provides needed, long- overdue property tax relief. I I 1 Opponents Want Higher Taxes and a State More damage to our schools, and a deepening Income Tax - Opponents are Against Any health care crisis. Limits on... This year we've slashed school funding by $1.5 ...government's power to take as much as they billion, and as many as 3,000 teachers and want from taxpayers. Property taxes keep going ij' education employees are facing layoffs. The higher and higher and government keeps getting Eyman TABOR plan will take even more resources bigger and bigger. The people are losing control. I- away from Washington's classrooms —and 1033 allows government to grow but at a rate Washington's kids. citizens can control and taxpayers can afford I 1033 is needed now more than ever. Despite a growing senior population, funding for nursing homes, in-home care and adult day health Washington's the 8'" Highest Taxed State in the services are being cut—and 40,000 Washington Nation — 1-1033 Keeps us from Hitting #1 residents of all ages may lose their Basic Health Plan coverage. Eyman's TABOR plan will make 1-1033 reminds politicians that taxpayers don't our health care crisis more severe. have bottomless wallets. 1-1033 puts a reasonable limit on the growth of government and provides t, Times are tough enough already— let's not make plenty of flexibility (rainy day funds, federal funds, ;# them worse. Vote NO on -1033. voter-approved revenues). ;j Vote Yes. Rebuttal of Statement Against Rebuttal of Statement For Washington has 16 years of positive experience , Initiative 1033 will hurt, not help, Washington's with 1-601 (Colorado's totally different). senior citizens. That's why AARP Washington and the Washington State Senior Citizens Lobby Reestablishing 1-601's very successful policies oppose 1-1033. And Initiative 1033 will hurt, not helps government, taxpayers, and the economy. help, working families. That's why the Greater Seattle Chamber of Commerce, Washington State 1-1033 provides fiscal discipline and flexibility: any Labor Council, Washington Association of revenue from any source deposited into general Churches, and many others oppose 1-1033. As we funds is limited except voter-approved /rainy day/ try to recover from the worst recession in decades, federal funds for the state and except voter- j Washington just can't afford another Tim Eyman approved funds for counties/cities. initiative. Vote NO on 1033. 1-1033 gives control to citizens— if government I wants bigger increases, they can ask taxpayers' permission. Vote Yes. Statement Prepared By Statement Prepared By Erma Turner, beauty shop owner, gathered 3699 Doug Shadel, AARP Washington, State Director; signatures, Cle Elum; Steven Bencze, retired Kelly Fox, Washington State Council of Fire warehouseman, fisherman/hunter, gathered 2568 Fighters, President; Laura Feshbach, Co-owner signatures, Othello; Mike Dunmire, husband, Harmatta Construction Inc, Seattle; Teri community leader, retired businessman, initiative Nicholson, Registered Nurse, Valley Hospital and volunteer, Woodinville; Jack Fagan, retired Medical Center, Spokane; Mary Lindquist, policeman, retired navy, grandfather, campaign $ Washington Education Association, high school 1 organizer, Spokane; Mike Fagan, small Social Studies teacher; Kelley Collen, Assistant businessman, community leader, father, campaign Economics Professor, Eastern Washington organizer, Spokane; Tim Eyman, $30 Car Tab University, Cheney. Guy, Taxpayer Advocate, Yakima / Mukilteo. Contact: (206) 200-8969; http://www.nol033.com Contact: (425) 493-8707; http://www.VotersWantMoreChoices.com 1 I 1 I 1 1 I 1 Initiative Measure No. 1033 Filed JAN 09 2009 SECRETARY OF STATE COMPLETE TEXT AN ACT Relating to protecting taxpayers by limiting the tax burden on Washington's citizens ; adding a new section to chapter 43 . 135 RCW; amending RCW 84 . 52 . 065; adding new sections to chapter 36 . 33 RCW; adding new sections to Title 35 RCW; adding new sections to Title 35A RCW; amending RCW 84 . 52 . 043 ; amending RCW 84 . 55 . 010; and creating new sections , BE IT ENACTED BY THE PEOPLE OF THE STATE OF WASHINGTON: POLICIES AND PURPOSES NEW SECTION. Sec. 1. This measure is intended to protect taxpayers by reducing our state ' s obscene and unsustainable property tax burden by controlling the growth of government to an affordable level . It is long overdue. This measure would limit the growth rate of state, county, and city general fund revenue, not including new voter-approved revenue, to inflation and population growth. Excess revenue collected above these limits would be used to reduce property taxes . This measure permits the growth of Washington' s tax burden to increase at an affordable, sustainable rate, allows citizens to vote for higher taxes where they see a need, and uses excess revenues above this limit to reduce property taxes . Intent of sections 2 (7) , 4 (7) , 6 (7) and 8 (7) : Voter-approved increases in revenue are exempt from this measure's revenue limit. This includes binding votes of the people and does not include a revenue increase approved by an advisory vote. The language of this Code Rev/JM: segl (08/16/20021 I-1630 . 1/03 J act is clearly intended to ensure that voter approval of a property tax levy lid lift only exempts the additional increase in property i tax revenue and not the base levy. Intent of sections 2 (8) , 9 (8) , 6 (8) and 8 (8) : In order to ensure affordability, sustainability, and predictability of the people' s tax burden, the rate of growth of general fund revenue, not including new voter-approved revenue, shall not exceed inflation and population growth. The general fund revenue limit for 2010 will be the revenue collected and received in 2009 , adjusted for inflation for 2009 and population growth using determinations by the office of financial management in 2009 and 2010 (new voter-approved revenues are exempt) . The general fund revenue limit in 2011 will be the general fund revenues received in 2010 that do not exceed the limit for 2010, adjusted for inflation and population growth using determinations by the office of financial management in 2010 and l 2011 (new voter-approved revenues are exempt) . The people want the revenue limit for any year to be the previous year's general fund revenue plus an adjustment for that year' s inflation and population I growth. This will ensure that the rate of growth of our tax burden l does not exceed the taxpayers ' ability to afford it. { Intent concerning inflation and population growth: This measure limits state, county, and city general fund revenue increases, not including new voter-approved increases , to inflation and population growth. The office of financial management reports the bureau of economic analysis ' calculation for annual inflation on March 27 following each calendar year; this measure uses that calculation to define inflation. The office of financial management annually develops and tracks populations for the state, counties, and cities and generally reports its determinations each year on June 30 . It is an extensive, detailed and long-standing demographic program. This measure defines population growth as the percentage change in population based on those determinations made in the current year 1 Code Rev/JM: seg2 (08/16/20021 I-1630. 1/03 and the previous year; this measure uses those calculations to define population growth. Intent of section 11 : Property tax increases are currently limited to one percent per year. This measure makes no change to the calculation of that limit . Instead, it requires a reduction in property taxes when general fund revenues exceed the revenue limit . Intent related to reserve accounts : This measure exempts fund transfers in and out of the constitutionally required rainy day fund for the state. In regard to cities and counties, this measure makes no change to the ability of any city or county to use existing and future reserve funds to supplement their general fund revenue when revenue is below their revenue limit . During these tough economic times, struggling working families and fixed-income senior citizens desperately need and deserve meaningful property tax relief . Property taxes have skyrocketed for decades and politicians have done nothing to address this very real problem. This measure also provides a much-needed economic stimulus to our state ' s struggling economy by keeping our tax burden at an affordable, sustainable level and by reducing our states crushing property tax burden. So, this measure ensures meaningful tax relief, a big boost to our state' s economy, and long-overdue reform of government . It is a smart, balanced, reasonable solution to our state ' s property tax problem. LIMITING THE TAX BURDEN OF WASHINGTON'S CITIZENS BY LIMITING THE GROWTH OF STATE GOVERNMENT'S GENERAL FUND REVENUE, NOT INCLUDING NEW VOTER-APPROVED REVENUE, TO INFLATION AND POPULATION GROWTH. EXCESS REVENUE ABOVE THIS LIMIT WOULD BE USED TO REDUCE PROPERTY TAXES IMPOSED BY STATE GOVERNMENT NEW SECTION. Sec. 2. A new section is added to chapter 43 . 135 RCW to read as follows : (1) The growth rate of state government general fund revenue, not including new voter-approved revenue, must be limited to inflation and population growth. As provided in subsection (8) of this Code Rev/JM:seg3 [08/16/20021 I-1630 . 1/03 section, any revenues received above this limit must be deposited into a new account hereby created called the "Lower State Property Taxes Account . " All revenues received during a year which are deposited in this account must be used to reduce the subsequent i year' s state property tax levy as provided in section 3 of this act. (2) For purposes of this section, "general fund revenue" means the aggregate of revenue from taxes, fees, and other governmental charges received by state government that are deposited in any fund subject to the state expenditure limit under RCW 43 . 135 . 025 . "General fund revenue" does not include the funds required to be transferred into the fund created under Article 7, Section 12 of the 1 state constitution and does not include funds transferred from that fund. "General fund revenue" does not include revenue received from the federal government. (3) For the purposes of this section, "inflation" means the annual percentage change in the implicit price deflator for the United States as published on or about March 27 following each calendar year by the bureau of economic analysis and reported by the I office of financial management. (4) For purposes of this section, "population growth" means the percentage change in the statewide population based on the annual statewide population determinations reported by the office of financial management during the prior calendar year and the current calendar year. (5) If the cost of any state program or function is shifted from the state general fund or any fund subject to the state expenditure limit under RCW 43 . 135 . 025, on or after January 1, 2009 , to another j source of funding, or if revenue is transferred from the state i general fund or any fund subject to the state expenditure limit under RCW 43 . 135 . 025 to another fund or account, the limit required 1 by this section shall apply to the aggregate of funds subject to the state expenditure limit under RCW 43 . 135 . 025, plus the shifted and/or transferred revenue for that year and all subsequent years . (6) It the cost of any state program or function and the revenue to fund the program or function are shifted to the state general fund or any fund subject to the state expenditure limit under RCW Code Rev/JM:seg4 [08/16/20021 I-1630 . 1/03 43 . 135 . 025, on or after January 1 , 2009 , the limit required by this section shall apply to the aggregate of funds subject to the state expenditure limit under RCW 43 . 135 . 025 , including the shifted revenue for that year and all subsequent years . (7) For the purposes of this section, "new voter-approved revenue" is defined as the increase in revenue approved by the state's voters at an election after the effective date of this act. (8) The limit established in subsection (1) of this section must be implemented as follows : (a) For the first calendar year beginning after the effective date of this act, the general fund revenue, not including new voter- approved revenue, received above the amount received in 2009 adjusted by any amount necessary to reflect inflation for the 2009 calendar year and population growth, must be deposited in the "Lower State Property Taxes Account. " (b) For subsequent years , the general fund revenue, not including new voter-approved revenue, received above the amount received in the immediately prior calendar year, less any deposits into the "Lower State Property Taxes Account, " adjusted by any amount necessary to reflect inflation for the immediately prior calendar year and population growth, must be deposited in the "Lower State Property Taxes Account. " Sec. 3. RCW 84 . 52 , 065 and 1991 sp. s , c 31 s 16 are each amended to read as follows : Subject to the limitations in RCW 84 . 55 . 010, in each year the state shall levy for collection in the following year for the support of common schools of the state a tax of three dollars and sixty cents per thousand dollars of assessed value upon the assessed valuation of all taxable property within the state adjusted to the state equalized value in accordance with the indicated ratio fixed by the state department of revenue. (2) The state property tax levy must be reduced from the amount that could otherwise be levied under subsection (1) of this section by an amount equal to the gross deposits to the "Lower State Property Taxes Account" established in section 2 of this act from the Previous year. Code Rev/JM: seg5 [08/16/20021 I-1630 . 1/03 f 3 The balance of the "Lover State Property Taxes Account" must be transferred each year to the general fund to account for the reduction of the levy as provided in subsection (2) of this section u As used in this section, "the support of common schools" includes the payment of the principal and interest on bonds issued for capital construction projects for the common schools . LIMITING THE TAX BURDEN OF WASHINGTON'S CITIZENS BY LIMITING THE GROWTH OF EACH COUNTY'S GENERAL FUND REVENUE, NOT INCLUDING NEW VOTER-APPROVED REVENUE, TO INFLATION AND POPULATION GROWTH. EXCESS REVENUE ABOVE THIS LIMIT WOULD BE USED TO REDUCE PROPERTY TAXES IMPOSED BY EACH COUNTY NEW SECTION. Sea. 4. A new section is added to chapter 36 .33 RCW to read as follows: (1) The growth rate of each county government ' s general fund { revenue, not including new voter-approved revenue, must be limited to l inflation and population growth. As provided in subsection (8) of this section, each county must deposit revenues received above this limit in a new account created by the county called the "Lower County Property Taxes Account. " All revenues received during a year which are deposited in this account must be used to reduce the subsequent year' s county property tax levy by the amount of gross deposits in the account. (2) For purposes of this section, "general fund revenue" means the aggregate of revenue from taxes, fees, and other governmental l charges received by the county that are deposited in the county's current expense fund. , + (3) For the purposes of this section, "inflation" means the annual percentage change in the implicit price deflator for the United Statesas published on or about March 27 following each calendar year by the bureau of economic analysis and reported by the office of financial management . (4) For purposes of this section, "population growth" means the percentage change in the countywide population based on the annual countywide population determinations reported by the office of financial management during the prior calendar year and the current calendar year . Code Rev/JM: seg6 (08/16/20021 I-1630 .1/03 (5) if the cost of any county program or function is shifted from the county' s current expense fund on or after January 1, 2009, to another source of funding, or if revenue is transferred from the county' s current expense fund to another fund or account , the limit required by this section shall apply to the aggregate of the county's current expense fund plus the shifted and/or transferred revenue for that year and all subsequent years . (6) If the cost of any county program or function and the revenue to fund the program or function are shifted to the county's current expense fund on or after January 1, 2009 , the limit required by this section shall apply to the aggregate of the county general fund including the shifted revenue for that year and all subsequent years . (7) For the purposes of this section, "new voter-approved revenue" is defined as the increase in revenue approved by the county' s voters at an election after the effective date of this act . (8) The limit established in subsection (1) of this section must be implemented as follows : (a) For the first calendar year beginning after the effective date of this act, the general fund revenue, not including new voter- approved revenue, received above the amount received in 2009 adjusted by any amount necessary to reflect inflation for the 2009 calendar year and population growth, must be deposited in the "Lower County Property Taxes Account . " (b) For subsequent years , the general fund revenue, not including new voter-approved revenue, received above the amount received in the immediately prior calendar year, less any deposits into the "Lower County Property Taxes Account, " adjusted by an amount necessary to reflect inflation for the immediately prior calendar year and population growth, must be deposited in the "Lower County Property Taxes Account ." NEW SECTION, Sea. 5. A new section is added to chapter 36 . 33 RCW to read as follows : Any county's property tax levy shall be reduced from the amount that could otherwise be levied under RCW 84. 52 . 043 of this section by Code Rev/JM:seg7 [08/16/20021 1-1630 . 1/03 1 an amount equal to the previous year' s gross deposits to that county' s "Lower County Property Taxes Account" established in section 4 of this act . LIMITING THE TAX BURDEN OF WASHINGTON'S CITIZENS BY LIMITING THE GROWTH OF EACH CITY'S GENERAL FUND REVENUE, NOT INCLUDING NEW VOTER- APPROVED REVENUE, TO INFLATION AND POPULATION GROWTH. EXCESS REVENUE ABOVE THIS LIMIT WOULD BE USED TO REDUCE PROPERTY TAXES IMPOSED BY EACH CITY NEW SECTION, Sec. 6. A new section is added to Title 35 RCW to read as follows : (1) The growth rate of each city government's general fund revenue, not including new voter-approved revenue, must be limited to inflation and population growth. As provided in subsection (8) of this section, each city must deposit revenues received above this { limit in a new account created by the city called the "Lower City Property Taxes Account. " All revenues received during a year which are deposited in this account must be used to reduce the subsequent year' s city property tax levy by the amount of gross deposits in the i account . (2) For purposes of this section, "general fund revenue" means the aggregate of revenue from taxes , fees, and other governmental { l charges received by the city that are deposited in the city's Current expense fund. (3) For the purposes of this section, "inflation" means the annual percentage change in the implicit price deflator for the United States as published on or about March 27 following each calendar year by the bureau of economic analysis and reported by the office of financial management . i (4) For purposes of this section, "population growth" means the percentage change in the city wide population based on the annual 1 city wide population determinations reported by the office of financial management during the prior calendar year and the current calendar year. (5) if the cost of any city program or function is shifted from the city' s current expense fund on or after January 1, 2009, to another source of funding, or if revenue is transferred from the Code Rev/JM:seg8 [08/16/20021 1-1630 . 1/03 city's current expense fund to another fund or account, the limit required by this section shall apply to the aggregate of the city' s current expense fund plus the shifted and/or transferred revenue for that year and all subsequent years . (6) If the cost of any city program or function and the revenue to fund the program or function are shifted to the city' s current expense fund on or after January 1, 2009 , the limit required by this section shall apply to the aggregate of the city' s current expense fund including the shifted revenue for that year and all subsequent years . (7) For the purposes of this section, "new voter-approved i revenue" is defined as the increase in revenue approved by the city' s voters at an election after the effective date of this act . (8) The limit established in subsection (1) of this section must be implemented as follows : (a) For the first calendar year beginning after the effective date of this act, the general fund revenue, not including new voter- approved revenue, received above the amount received in 2009 adjusted by an amount necessary to reflect inflation for the 2009 calendar year and population growth, must be deposited in the "Lower City Property Taxes Account . " (b) For subsequent years, the general fund revenue, not including new voter-approved revenue, received above the amount received in the immediately prior calendar year, less any deposits into the "Lower City Property Taxes Account, " adjusted by an amount necessary to reflect inflation for the immediately prior calendar year and population growth, must be deposited in the "Lower City Property Taxes Account . " NEW SECTION. Sec. 7. A new section is added to Title 35 RCW to read as follows : Any city' s property tax levy must be reduced from the amount that could otherwise be levied under RCW 84 . 52 . 043 of this section by an amount equal to the gross deposits to that city's "Lower City Property Taxes Account" established in section 6 of this act from the previous year. Code Rev/JM: seg9 [08/16/20021 I-1630 . 1/03 I NEW SECTION. sec. S. A new section is added to Title 35A RCW to read as follows : (1) The growth rate of each city government ' s general fund revenue, not including new voter-approved revenue, must be limited to inflation and population growth. As provided in subsection (8) of this section, each city must deposit revenues received above this limit in a new account created by the city called the "Lower City Property Taxes Account . " All revenues received during a year which are deposited in this account must be used to reduce the subsequent year' s city property tax levy by the amount of gross deposits in the account . (2) For purposes of this section, "general fund revenue" means the aggregate of revenue from taxes, fees, and other governmental charges received by the city that are deposited in the city's current expense fund. (3) For the purposes of this section, "inflation" means the annual percentage change in the implicit price deflator for the United States as published on or about March 27 following each calendar year by the bureau of economic analysis and reported by the office of financial management . (4) For purposes of this section, "population growth" means the percentage change in the city wide population based on the annual 1 city wide population determinations reported by the office of financial management during the prior calendar year and the current calendar year. (5) If the cost of any city program or function is shifted from the city' s current expense fund on or after January 1, 2009 , to 1 another source of funding, or if revenue is transferred from the city's current expense fund to another fund or account, the limit required by this section shall apply to the aggregate of the city's current expense fund plus the shifted and/or transferred revenue for that year and all subsequent years . (6) If the cost of any city program or function and the revenue to fund the program or function are shifted to the city' s current , expense fund on or after January 1, 2009 , the limit required by this Code Rev/JM:segl0 [08/16/20021 1-1630 . 1/03 section shall apply to the aggregate of the city' s current expense fund including the shifted revenue for that year and all subsequent years . (7) For the purposes of this section, "new voter-approved revenue" is defined as the increase in revenue approved by the city' s voters at an election after the effective date of this act . (8) The limit established in subsection (1) of this section must be implemented as follows : (a) For the first calendar year beginning after the effective date of this act, the general fund revenue, not including new voter- approved revenue, received above the amount received in 2009 adjusted by an amount necessary to reflect inflation for the 2009 calendar year and population growth, must be deposited in the "Lower City Property Taxes Account . " (b) For subsequent years, the general fund revenue, not including new voter-approved revenue, received above the amount received in the immediately prior calendar year, less any deposits into the "Lower City Property Taxes Account, " adjusted by an amount necessary to reflect inflation for the immediately prior calendar fyear and population growth, must be deposited in the "Lower City Property Taxes Account. " NEW SECTION. Sec. 9. A new section is added to Title 35A RCW to read as follows : Any city' s property tax levy must be reduced from the amount that could otherwise be levied under RCW 84. 52 . 043 of this section by an amount equal to the gross deposits to that city' s "Lower City Property Taxes Account" established in section 8 of this act from the previous year. Sec. 10. RCW 84 . 32 . 043 and 2005 c 122 s 3 are each amended to read as follows : within and subject to the limitations imposed by RCW 84 . 52 . 050 as amended, the regular ad valorem tax levies upon real and personal property by the taxing districts hereafter named shall be as follows : (1) Levies of the senior taxing districts shall be as follows : (a) The levy by the state shall not exceed three dollars and sixty Code Rev/JM:segll [08/16/20021 I-1630.1/03 cents per thousand dollars of assessed value adjusted to the state equalized value in accordance with the indicated ratio fixed by the state department of revenue to be used exclusively for the support of the common schools; (b) the levy by any county shall not exceed one dollar and eighty cents per thousand dollars of assessed value; (c) the levy by any road district shall not exceed two dollars and twenty-five cents per thousand dollars of assessed value; and (d) the levy by any city or town shall not exceed three dollars and thirty- seven and one-half cents per thousand dollars of assessed value. However any county is hereby authorized to increase its levy from one dollar and eighty cents to a rate not to exceed two dollars and forty-seven and one-half rents per thousand dollars of assessed value for general county purposes if the total levies for both the county and any road district within the county do not exceed four dollars and five cents per thousand dollars of assessed value, and no other taxing district has its levy reduced as a result of the increased county levy. (2) The aggregate levies of junior taxing districts and senior taxing districts , other than the state, shall not exceed five dollars and ninety cents per thousand dollars of assessed valuation. The term "junior taxing districts" includes all taxing districts other than 1 the state, counties, road districts, cities, towns, port districts, and public utility districts . The limitations provided in this subsection shall not apply to: (a) Levies at the rates provided by existing law by or for any port or public utility district; (b) excess property tax levies authorized in Article VIi, section 2 of the state Constitution; (c) levies for acquiring conservation futures as authorized under RCW 84 . 34 . 230; (d) levies for emergency medical care or emergency medical services imposed under RCW 84 . 52 . 069; (e) levies to finance affordable housing for very low-income housing imposed under RCW 84 , 52 . 105; (f) the portions of levies by metropolitan park districts that are protected under RCW 84 ,52 . 120, (g) levies imposed by ferry districts under RCW 36 . 54 . 130; (h) levies for criminal justice purposes under RCW 84 . 52 . 135; and (i) the portions of levies by fire protection districts that are protected under RCW 84 . 52 , 125 . Code Rev/JM: segl2 [08/16/20021 I-1630 . 1/03 (3 ) The limitations in subsections (1) and (2) for the levies by the state, counties and cities must be further adjusted as provided in sections 2 4 6 and 8 of this act Sec. 11. RCW 84 . 55 . 010 and 2006 c 184 s 1 are each amended to read as follows : Except as provided in this chapter, the levy for a taxing district in any year shall be set so that the regular property taxes payable in the following year shall not exceed the limit factor multiplied by the amount of regular property taxes lawfully levied i for such district plus revenues deposited as provided in sections 2 (7) , 4 (7) , 6 (7) and 8 (7) of this act in the highest of the three most recent years in which such taxes were levied for such district plus an additional dollar amount calculated by multiplying the increase in assessed value in that district resulting from new construction, increases in assessed value due to construction of electric generation wind turbine facilities classified as personal property, improvements to property, and any increase in the assessed value of state-assessed property by the regular property tax levy rate of that district for the preceding year . The adjustments provided in sections 2, 4, 6, and 8 of this act provide a limitation on property tax levies which is in addition to the limit factor in this section. CONSTRUCTION CLAUSE NEW SECTION. Sec. 12 . The provisions of this act are to be liberally construed to effectuate the intent, policies, and purposes of this act. SEVERAHILITY CLAUSE NEW SECTION. Sec. 13. If any provision of this act or its application to any person or circumstance is held invalid, the remainder of the act or the application of the provision to other persons or circumstances is not affected. MISCELLANEOUS Code Rev/JM: segl3 [08/16/20021 1-1630 . 1/03 i NEW SECTION. Sec. 14. Subheadings used in this act are not part of the law. NEW SECTION. Sec. 15. This act shall be known and cited as the Lower Property Taxes Act of 2009. --- END --- f 4 l l- 1 I I I 1 I I Code Rev/JM:seg14 [08/16/2002) I-1630 .1/03 Kent City Council Meeting Date_ October 20, 2009 Item No. 6A - 6B CONSENT CALENDAR 6. City Council Action: Councilmembe &D LU, moves, Councilmember seconds to approve Conse t Calendar Items A through,.F�� Discussion ' Action 6A. Approval of Minutes. Approval of the minutes of the regular Council meeting of October 6, 2009. 6B. Approval of Bills. Approval of payment of the bills received through September 15 and paid on September 15 after auditing by the Operations Committee on October 6, 2009. Approval of checks issued for vouchers: Date Check Numbers Amount 9/15/09 Wire Transfers 3872-3891 $1,740,530.17 9/15/09 Regular Checks 635908-636261 716,390.58 Use Tax Payable 1,809.08 $2,458,729.83 Approval of payment of the bills received through September 30 and paid on September 30 after auditing by the Operations Committee on October 6, 2009. Approval of checks issued for vouchers: Date Check Numbers Amount 9/30/09 Wire Transfers 3892-3906 $1,567,338.91 9/30/09 Regular Checks 636262-636728 3,250,025.82 Use Tax Payable 2,971.71 $4,820,336.44 (Continued on back) 1 6B. Aauroval of Bills. Approval of checks issued for payroll for September 1 through September 15 and paid on September 18, 2009: Date Check Numbers Amount 9/11/09 Void Check 313966 $ -827.54 9/11/09 Reissue Check 314041 827.54 9/18/09 Checks 314042-314292 203,958.17 9/18/09 Advices 255106-255880 1,626'326.28 $1,8301284.45 Approval of checks issued for payroll for September 16 through September 30 and paid on October 5, 2009: Date Check Numbers Amount 9/24/09 Void Check 314221 $ -331.93 9/24/09 Reissue Check 314293 331.93 10/5/09 Checks 314294-314545 265,423.95 10/5/09 Advices 255881-256657 1,640'097.95 $1,905,521.90 Kent City Council Meeting T October 6, 2009 The regular meeting of the Kent City Council was called to order at 7:00 p.m. by Mayor Cooke. Councilmembers present: Albertson, Clark, Danielson, Harmon, Ranniger, Raplee, and Thomas. (CFN-198) CHANGES TO THE AGENDA A. From Council, Administration. Staff. (CFN-198) Other Business Item 7B regarding changes to a recent ordinance, and Executive Session Item 11A regarding a li lease agreement, were added at the request of staff. B. From the Public. (CFN-198) Two audience members asked to speak regarding the Neighborhood Council Program. PUBLIC COMMUNICATIONS A. Public Recognition. (CFN-198) Albertson announced that Joshua Albertson is leaving to serve in the Armed Services. B. Community Events. (CFN-198) Ranniger outlined the upcoming ReLeaf Event, Make A Difference Day, and Spotlight Series events. C. Introduction of Appointees. (CFN-198) Mayor Cooke introduced the j appointees who were in attendance. D. Make A Difference Day Proclamation. (CFN-155) Mayor Cooke presented a Make A Difference Day proclamation to Victoria Andrews of the Parks Department, who explained the project. E. ReLeaf 2009 Proclamation. (CFN-155) Mayor Cooke presented a proclamation regarding ReLeaf 2009 to Victoria Andrews of the Parks Department. Andrews then described the event. F. Employee of the Month. (CFN-147) Mayor Cooke announced that Neighborhood Program Coordinator Toni Azzola has been named as Employee of j the Month for October, and Azzola's supervisors commended her on her work. Neighborhood representatives Bob Loeliger and Simon Yang offered congratulations and thanked her for the resurgent sense of community and decline in crime which have resulted from the neighborhood program. G. Economic Development Report. (CFN-825) Economic Development Director Wolters noted that the threat of flooding in the valley has resulted in the loss of some businesses who have chosen to relocate, as well as the loss of some home sales. He pointed out that other businesses are opening and expanding existing facilities, and that there is the possibility of a new hotel being built. 1 I i Kent City Council Minutes October 6, 2009 I PUBLIC HEARINGS A. 2010 Operating Budget. (CFN-186) Mayor Cooke explained that comments on programs, services and other budget issues are welcome. Finance Director 1 Nachlinger noted that comments from the public will be considered in developing the 2010 budget, and gave an overview of the current budget. His presentation included information on the source of revenues, the breakdown of funds, and expenditures. Mayor Cooke then opened the public hearing. Dave Mortenson, 21737 961h Place South, urged the Council not to forget programs such as Kent Sister Cities when considering funding. Denton Hanford, 24736 136th Avenue SE, voiced concern about an approximate $11,600,000 difference between management and staff projections. Jim Berrios, 9506 S. 234th Place, voiced concern about the sales tax revenues shown on the monthly reports from staff to Council, and questioned whether what is happening is fiscal mismanagement or deception. He also asked who holds administration responsible, since there is no longer a citizens budget oversight committee. Sissi Longthorpe, 25421 110' Avenue SE, said her greatest concern is public safety and urged the Council to take that into consideration. Geraldine Wilfore, 23411 130th Avenue SE, asked which departments would be { impacted by the proposed job and service cuts, especially regarding the City's ability to clean up if there is a flood. Michelle Campbell, 11018 SE 244th, expressed concern about cuts in services and employees, and the possible use of capital funds for streets, sidewalks, flood relief, and so forth. She said the community and City staff I will suffer because the sales tax revenue was projected incorrectly early on. Linda Wagner, 14661 SE 276 Place, representing the Kent Historical Society and Museum, asked for support from the City, noting that heritage attracts tourism. Joe Rubio, 3831 S. 2481h, suggested tightening up on spending, putting Arts Commission money in the General Fund, and letting citizens vote on important issues. Simon Yang, I 25653 32"d Place South, encouraged the Council to take a long view. J Raplee moved to make the documents from Jim Berrios, and a letter from Mike Heinisch requesting continued funding for human services, a part of the record. Clark seconded and the motion carried. Mayor Cooke explained that the City Council is the budget oversight committee, and that Administration oversees management of the budget. She noted that a budget advisory committee had been formed to advise the I Mayor about certain principles. CAO Hodgson said he and Finance Director Nachlinger would like the opportunity to meet with Mr. Hanford to discuss reductions, including those in employee compensation and layoffs. In response to Ms. Wilfores' question, o he said the list of further reductions will be presented to the Council on October 22. Raplee moved to close the public hearing. Clark seconded and the motion carried. } B. 2010-2015 Capital Improvement Plan. (CFN-775) Finance Director 9 Nachlinger explained that of the current $141,000,000 Capital Improvement Plan, f 9% of it goes for transportation, 23% for public safety, 20% for parks, 12% for general government and 36% for utilities. He said the plan does not include any capital related to the potential annexation, and that if the annexation does occur, $45,000,000 would be needed for a Police Headquarters, jail renovations, and City Hall campus improvements. Thomas noted that the Panther Lake Annexation would 1 l 2 Kent City Council Minutes October 6, 2009 increase the City's population by 20-25% and emphasized that the proposed improve- ments would be needed for that reason. Mayor Cooke opened the public hearing. There were no comments from the audience and Raplee moved to close the public hearing. Clark seconded and the motion carried. CONSENT CALENDAR Raplee moved to approve Consent Calendar Items A through L. Clark seconded and the motion carried. A. Approval of Minutes. (CFN-198) Minutes of the regular Council meeting of September 15, 2009, were approved. B. Approval of Bills. (CFN-104) Payment of the bills received through August 31 and paid on August 31 after auditing by the Operations Committee on September 15, 2009, were approved. Checks issued for vouchers were approved: Date Check Numbers Amount 8/31/09 Wire Transfers 3854-3871 $1,619,875.38 8/31/09 Regular Checks 635515-635907 3,372,532.15 10,164.85 Use Tax Payable $5,002,572.38 8/26/09 Void 309844 & 310607 ($613.31) 8/26/09 Reissue 313761 & 313762 $613.31 Checks issued for payroll for August 16 through August 31 and paid on September 4, 2009, were approved: Date Check Numbers Amount 9/4/09 Checks 313763-314040 $ 216,365.58 9/4/09 Advices 254323-255105 1,617,656.10 $1,834,021.68 C. Public Facilities District Board Vacancy. (CFN-1305) Council President Raplee's re-appointment of Mike Miller to the Special Events Center Public Facilities District was confirmed. Mr. Miller's new term will expire on October 31, 2013. D. Arts Commission Reappointments. (CFN-839) The Mayor's re-appointments of Susan Machler, Dana Ralph, Sherri Ourada, Linda Denny, and Linda Mackintosh to the Kent Arts Commission, were confirmed. They will serve four-year terms from October 31, 2009 through October 31, 2013. E. Live Scan Unit Purchase. (CFN-122) The Kent Police Department was authorized to purchase a Live Scan unit and the Mayor was authorized to sign all 3 Kent City Council Minutes October 6, 2009 i 1 , documents related to the purchase from the King County Sheriff's Office (KCSO) for the amount of $13,163.40. F. Joint Funding Agreement for the Cooperative Data-Collection Program with the U.S. Geological Survey. (CFN-1038) The Mayor was authorized to sign the Joint Funding Agreement for Water Resources Investigations between the City of Kent and the U.S. Geological Survey in the amount of $91,360, which includes the City's contribution of $48,000. I G. Washington State Arts Commission 2010 Organization Support Grant. (CFN-839) The grant from the Washington State Arts Commission in the amount of $6,000 was accepted, the expenditure of funds in the Kent Arts Commission budget was approved, and the Parks Director was authorized to sign all necessary documents. H. King Conservation District Grant for the Green Native Plant Maintenance Intern Program. (CFN-118) The grant from the King Conservation District for the Green Native Plant Maintenance Intern Project in the amount of $3,800 was accepted, 4 the expenditure of funds in the Adopt-a-Park budget was approved, and the Parks I Director was authorized to sign all necessary documents. I. King Conservation District Grant for the 2008 Restoration Proiects At I Clark Lake Park. (CFN-118) The King Conservation District grant in the amount of $9,998.20 to reimburse 2008 restoration projects at Clark Lake Park was accepted, the expenditure of funds in the Clark Lake budget was approved, and the Parks Director was authorized to sign all necessary documents. J. Energy Savings Performance Contract for Kent Pool. (CFN-118) The Mayor was authorized to sign the Energy Savings Performance Contract with McKinstry Essention, Inc. in the amount of $265,385, plus WSST and to complete improvement projects at the Kent Pool, subject to final terms and conditions acceptable to the City J Attorney. 'f K. Network Core Infrastructure Eauioment Replacement. (CFN-818) The Mayor was authorized to approve a contract not to exceed $70,000, to purchase data network equipment from Right! Systems, Inc., under the terms of the Washington State Data Information System (DIS) Master Contract. 1 L. West James Street/41h & Cloudy. (CFN-1067) The West James Street/4th & I Cloudy Project was accepted as complete and release of retainage to Sanders General Construction, upon the City's receipt of standard releases from the state and release of any liens was authorized. The original contract amount was $3,216,275.71. The + final contract amount was $2,961,210.24. I OTHER BUSINESS A. Green River Levee Protection Additional Funding Advanced Measures. (CFN-1318) Acting Public Works Director Tim LaPorte explained the levee system and the work currently taking place. He noted that contracts had previously been 4 Kent City Council Minutes October 6, 2009 authorized up to a maximum amount of $1.5 million for the purchase of flood protection structures, including all necessary equipment and contracts to install and protect those structures, and that after further analysis of design, installation, monitoring, and maintenance required, it was estimated that an additional $1.5 million would be needed for giant sandbags, the equipment and contractors required to place them, and miscellaneous supplies. Staff then answered questions from Council members about sandbags, access to trails, and new plantings along the levees. Raplee moved to amend the August 18, 2009, authorization for the Acting Public Works Director to execute contracts for the purchase of flood protection structures and all necessary equipment and contracts to install and protect said structures from $1.5 million to $3 million. Harmon seconded and the motion carried. ADDED ITEM B. Flood Preparation Ordinance. (CFN-1318) The City Attorney noted that recently adopted Ordinance No. 3932 recognized the needs of individual property owners in the valley to protect their property and allowed them to create flood protection structures around their homes and businesses without having to get a permit from the City. He explained that the proposed ordinance would amend Ordinance No. 3932 and addresses the placement of berms, expands the definition of"critical facility", deletes repetitive language, and addresses the permitting of permanent structures. Clark then moved to adopt Ordinance No. 3933 which amends Ordinance No. 3932 waiving permitting requirements for temporary flood protection structures constructed for flood protection purposes due to the threat posed by the diminished flood control capabilities of the Howard Hanson Dam. Raplee seconded and the motion carried. ADDED ITEM C. Local Preference Ordinance. (CFN-198) Council President Raplee sent a proposed ordinance relating to local purchase to the Operations Committee for review of comments from the Chamber of Commerce before being brought to the full Council for a vote. BIDS A. Lower East Hill Sanitary Sewer & Water Main Improvements and Union Pacific Railroad Storm Outfall Relining. (CFN-1038) The bid opening was held on August 19, 2009, with twelve bids received, and that the low bid was submitted by Kar-Vel Construction in the amount of $1,121,189.15. LaPorte explained the project and Raplee moved to authorize the Mayor to enter into a contract awarding the Lower East Hill Sanitary Sewer and Water Main, Scenic Hill Improvements and Union Pacific Railroad Storm Outfall Relining project to Kar-Vel Construction in the amount of $1,121.189.15. Harmon seconded and the motion carried. B. Sun Meadows Storm Repair. (CFN-1038) The bid opening was held on September 29, 2009, with 24 bids received. The low bid was submitted by Scotty's General Construction in the amount of $296,847.77. LaPorte explained the project and Raplee moved to authorize the Mayor to enter into a contract awarding the Sun Meadows Storm Repair project to Scotty's General Construction in the amount of $296,847.77. Harmon seconded and the motion carried. 5 Kent City Council Minutes October 6, 2009 REPORTS A. Council President. (CFN-198) No report was given. B. Mayor. (CFN-198) Mayor Cooke reported on the results of several meetings she has attended relating to the threat of flooding. I C. Operations Committee. (CFN-198) Clark said the Council is having difficulty with the financial reports in terms of the revenue projections for next year, that they have concerns about their ability to backfill reserves, and that they are having difficulty with the continued rosy picture being painted in terms of sales tax. He said they are disappointed that the reports do not seem to reflect conversations about sales tax projections, offsets for Christmas sales, and reserves. D. Parks and Human Services Committee. (CFN-198) No report was given. E. Planning and Economic Development Committee. (CFN-198) Danielson reported that the cottage housing issue is moving forward and that the next committee meeting will be held on Monday, October 12, at 5:00 p.m. f i F. Public Safety Committee. (CFN-198) Harmon noted that the next meeting will be held at 5:00 p.m. on Tuesday, October 13. 1 G. Public Works Committee. (CFN-198) No report was given. H. Administration. (CFN-198) Hodgson announced two meetings at which Council will review the budget to be held on October 22 from 4:00-7:00 p.m. and on October 24 from 9:00 a.m. to 3:00 p.m. in the Council Chambers. He said there will { be an Executive Session regarding labor negotiations which will take approximately i 30-40 minutes with no action expected. ADDED ITEM Municipal Parking Garage. (CFN-198) City Attorney Brubaker gave an update on the status of the municipal parking garage, noting that the property remains tied up but that things may be clearing up a bit. He said the City is working hard on this I issue and that there is hope something will happen within the next few months. EXECUTIVE SESSION The meeting recessed to Executive Session at 9:18 p.m., and reconvened at 9:48 p.m. (CFN-198) ADJOURNMENT The meeting adjourned at 9:48 p.m. (CFN-198) Brenda Jacober, CMC City Clerk 6 Kent City Council Meeting Date October 20, 2009 Category Consent Calendar - 6C 1. SUBJECT: PACIFIC TECHNOLOGIES, INC. CONSULTANT AGREEMENT - APPROVE 2. SUMMARY STATEMENT: Authorize the Mayor to execute a Consultant Services Agreement and all related documents with Pacific Technology Inc. (PTI) in an amount not to exceed $75,616. PTI will assist the City's permit, asset and work order system project team in completing the final phases of requirements gathering, developing a request for proposal to be distributed to potential vendors and reviewing and making recommendations based on the request for proposal responses received. The assistance by the consultant is desired to help coordinate the complex and multitude of requirements for the replacement enterprise system as well as keeping the project on schedule. PTI was the preferred vendor both based on their interview as well as the total proposal costs based on time and materials. 3. EXHIBITS: Consultant Services Agreement 4. RECOMMENDED BY: Operations Committee 10/6/2009 (Committee, Staff, Examiner, Commission, etc.) 5. FISCAL IMPACT Expenditure? Y Revenue? N Currently in the Budget? Yes X No 6. CITY COUNCIL ACTION: Councilmember moves, Councilmember seconds DISCUSSION: ACTION: �-� KENT CONSULTANT SERVICES AGREEMENT between the City of Kent and Pacific Technologies, Inc. THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Pacific Technologies, Inc (PTI) organized under the laws of the State of Washington, located and doing business at 14711 NE 29"' Place, Suite 216, Bellevue, WA 98007; 425-881-3991 (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: Assist the City with the Permit, Assets, & Work Order Systems Project by providing the following services: Phase I - Develop a project plan and strategy Phase II - Complete requirements definition Phase III - Develop and distribute the RFP Phase IV - Evaluate RFP responses and recommendation in accordance with the City's Request for Proposals, dated August 10, 2009, attached and incorporated as Exhibit A, and the Consultant's August 24, 2009, Response to that Request for Proposal, attached and incorporated as Exhibit B. 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 July 31, 2010. III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed $75,616 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 charged by it for its services contracted for herein CONSULTANT SERVICES AGREEMENT - 1 (Over$10,000) 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 the Cost Detail portion of Exhibit B. 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. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. 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. f B. The Consultant maintains and pays for its own place of business from which { Consultant's services under this Agreement will be performed. C. The Consultant has an established and independent business that is eligible (I for a business deduction for federal income tax purposes that existed before the City retained Consultant's services, or the Consultant is engaged in an j independently established trade, occupation, profession, or business of the I same nature as that involved under this Agreement. f D. The Consultant is responsible for filing as they become due all necessary tax I . documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Consultant has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Consultant's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Consultant maintains a set of books dedicated to the expenses and earnings of its business. 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 t CONSULTANT SERVICES AGREEMENT - 2 (Over$10,000) 1 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. 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. Ownership and use of records and documents is further defined in Exhibit "B", Section VI - Acceptance of Terms. 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. CONSULTANT SERVICES AGREEMENT - 3 (Over$10,000) 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 r 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 1 full force and effect. I 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 J Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or I 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 t City's right to indemnification under Section VII of this Agreement. I 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 I 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 1 the addressee at the address stated in this Agreement or such other address as may be I 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 CONSULTANT SERVICES AGREEMENT - 4 (Over$10,000) I 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. j 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: 1 . NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: Mike Silverman Toni Mommersteeg Moore Pacific Technologies, Inc. City of Kent - 14711 NE 29th Place, Suite 216 220 Fourth Avenue South Bellevue, Washington, 98007 Kent, WA 98032 (425)881-3991 (telephone) (253) 856- 4659 (telephone) (425)881-4244] (facsimile) (253) 856-4735 (facsimile) APPROVED AS TO FORM: Kent Law Department I , (In this field,Von may enter the eledranlc n1speth where the watraa has been saved) CONSULTANT SERVICES AGREEMENT - 5 (Over$10,000) 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: M 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. N 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 1 hiring and promotion of women and minorities. I 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: I CONSULTANT SERVICES AGREEMENT - 1 (Over$10,000) I 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. I 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. I r CONSULTANT SERVICES AGREEMENT - 2 (Over$10,000) I � CITY OF KENT f EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT I 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 r (date) between the firm I represent and the City of Kent. ti t 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 f By. For: Title: Date: i i I CONSULTANT SERVICES AGREEMENT - 3 (Over$10,000) EXHIBIT A City of Kent Permit, Asset, & Work Order System Project Assistance Request for Proposal August 10, 2009 i Date Due: August 24, 2009 Time Due: 3:00 p.m. Pacific Standard Time Address Responses To: 1 City Clerk's Office Permit, Assets & Work Order System Procurement Assistance RFP City Of Kent �� 220 4th Avenue South N T Kent, WA 98032 WASHINGTON CONSULTANT SERVICES AGREEMENT - 4 (Over$10,000) l IINTRODUCTION.......................................................................................................................................... 1 1.1 BACKGROUND............................................................................................................................................................ 1 1.1.1 City Information.................................................................................................................................................. I 1.1.2 The Technology Plan...........................................................................................................................................2 1.1.3 City Departments Impacted by the System Replacement.....................................................................—.............2 1.1.4 Current Systems...................................................................................................................................................2 1.1.5 Project Teams......................................................................................................................................................3 1.1.6 Project Procurement Team..................................................................................................................................5 1.2 OBJECTIVES...................................................................................................................................................................5 1.3 SCOPE OF WORK............................................................................................................................................................7 1.3.1 Phase I—The System Selection Project Plan......................................................................................................8 1.3.2 Phase 11—Requirements Definition.....................................................................................................................8 1.3.3 Phase III- RFP Creation and Distribution......................................................................................................10 1.3.4 Phase IV—Proposal Evaluation and Recommendation....................................................................................10 1.3.5 Items Not Included in RFP Scope......................................................................................................................11 2 PROCUREMENT PROCESS..................................................................................................................... 12 r 2.1 PROCUREMENT SCHEDULE...........................................................................................................................................12 2.2 PROPOSAL DATE,TIME,LOCATION.............................................................................................................................12 2.3 COMMUNICATIONS WITH THE CITY OF KENT...............................................................................................................13 2.4 VENDOR CLARIFICATIONS AND QUESTIONS.................................................................................................................13 2.4.1 Clarifications.....................................................................................................................................................13 2.4.2 Vendor Contact..................................................................................................................................................13 2.5 SUMMARY OF RFP PROCESS........................................................................................................................................13 2.5.1 RFP Changes or Amendments...........................................................................................................................13 2.5.2 Vendor Submits Proposal..................................................................................................................................14 2.5.3 City Evaluates Proposals...................................................................................................................................14 2.5.4 City Announces Finalists...................................................................................................................................14 2.5.5 Vendor Presentations........................................................................................................................................14 2.5.6 Final Vendor Selection......................................................................................................................................14 2.5.7 Progress Payment Schedule..............................................................................................................................15 2.5.8 Finalize Contract...............................................................................................................................................15 2.5.9 Contract Approval..................___.............................................. .....................................................................15 2.6 PROPOSAL PROCESS.....................................................................................................................................................15 2.6.1 Reference Checks.—...........................................................................................................................................16 2.6.2 Costs Incurred by Vendors................................................................................................................................16 2.6.3 Right of Selection or Rejection of Proposals.....................................................................................................16 li 2.6.4 Incorporation of RFP and Proposal in the Final agreement—,.........................................................................16 2.6.5 Errors in Proposals...........................................................................................................................................16 2.6.6 Pe r io d of Va I idity of Prop os a Is.........................................................................................................................16 2.6.7 Proprietary Material.........................................................................................................................................16 2.6.8 Proposal Confidentiality....................................................................................................................................15 2.6.9 Proposal Disposition.........................................................................................................................................17 i 3 VENDOR INSTRUCTIONS........................................................................................................................ 18 3.1 PROPOSAL FORMAT..................................................................................................................................................... 18 4 CONSULTING ENGAGEMENT QUESTIONNAIRE............................................................................21 4.1 PROJECT APPROACH AND METHODOLOGY..................................................................................................................21 4.2 CONSULTING TEAM.....................................................................................................................................................22 4.3 CUSTOMER REFERENCES.............................................................................................................................................22 APPENDIX A .................................................................................................- VENDOR RESPONSE FORMS APPENDIX B .............................................................- CONTRACT AND INSURANCE REQUIREMENTS APPENDIX C ...........................................................................................- TECHNOLOGY ENVIRONMENT CONSULTANT SERVICES AGREEMENT - 1 (Over$10,000) I Introduction The City of Kent("City") is seeking proposals for a qualified vendor to provide consulting services on selecting a new Permit, Land, Asset Management and Work Order Request System for the City("the system"). The City defines this system as an enterprise-wide, integrated software product suite that supports all functions of the permit, land use, building, inspection, code compliance, asset management, work order request, resident request, and on-line web services to provide a long-term, scalable,and highly configurable web based system to better serve citizens. This Request for Proposals (RFP) is to select a consulting vendor with sufficient experience to guide and assist in the requirements analysis, RFP preparation for the system vendor, evaluation of responsive system vendors, and selection of the successful system vendor. The consulting vendor shall not be affiliated with any hardware or software vendor, manufacturer, or distributor. This document details the information on which the City will base its selection. The topics covered in this section include: ♦ Background ♦ Objectives ♦ Scope of Work The information in this section is intended to provide a City overview and convey this project's priorities to the proposed consulting vendor. Background This section 1.1 provides background information on the City. The consulting vendor should use this information to gain a sense of the City's size and scope of services provided to both internal departments and the citizens. City Information The City is the eighth largest city in Washington, with a population of 86,000 and a 28 square mile geographic area. The City's population is projected to grow to 100,000 or beyond within the next few years. The City has approximately 800 full-time employees. The number of temporary employees on the payroll varies from 100 to 350. The City is a full service city and includes the following departments: • Administration/ • Employee Services • Information • Parks, Recreation Office of the Mayor Technology and Community Services • City Clerk • Finance Services • Legal • Police • Economic & • Fire & Life Safety • Municipal Court • Public Works Community Development CONSULTANT SERVICES AGREEMENT - 1 (Over$10,000) !I 1.1.1 City Information (continued) The City operates over 25 facilities including: ♦ City Hall ♦ Centennial Center r ♦ Several Parks and Recreation Facilities ♦ Public Works Maintenance Facilities ♦ 6 Police Department Facilities ♦ Corrections Facility ♦ Municipal Court ♦ 8 Fire Department Facilities. f The Technology Plan In December 2007, the City Council approved a three-year, Capital Improvement Plan for Technology(Tech ' Plan). The Tech Plan's goal is to provide the resources necessary to address the City's technology infrastructure and information system needs. A portion of the Tech Plan funding is allocated to replace the current permit tracking system, KIVA and the Asset Management and Work Order Request System (Hansen). City Departments Impacted by the System Replacement Approximately 250 City staff members rely on the functionality of the proposed system to provide critical core business services. These include the departments of: Economic and Community Development, Finance, Fire, Information Technology, Parks & Community Service, Police, and Public Works. Current Systems Permit Tracking System:KIVA The current KIVA permit tracking system, implemented in 1999, is a complex, labor-intensive software application which is no longer supported by the vendor. The application has been extensively customized to fit the City of Kent's work flow, resulting in unreasonable resource demands of the City's Information Technology support staff, laborious and inconsistent procedures for users, and it no longer meets customer service demands. The system replacement has been identified as one of the highest work program priorities for the City. KIVA is currently used by six departments/divisions and fails to meet critical business and auditing requirements, optimum customer services, and necessary interfaces to other critical mission functions. These include web/public access, on-line permitting and licensing, Geographic Information System, GIS, expanded Interactive Voice Response, IVR, functionality, cashiering/auditing of fees, electronic plans submittal, enhanced query and �I reporting,and remote access for field staff. I 1 I CONSULTANT SERVICES AGREEMENT - 2 (Over$10,000) Average annual permit/approval volume: 5,500 Current number of permit types: 200+ jCurrent number of users: 150 Proposed number of permit types: 100 Average annual inspections volume: 20,000— 30,000 I Provide Contract Fire Development Review and Inspection Services for the City of Covington. Asset Management/Work Order Request System: HANSEN Public Works Operations Division currently uses Hansen Version 7 for all asset management except fleet. I Work orders are scheduled and completed on assets, and costs are tracked for labor, equipment, and materials. Reports are run by section, work order activity, and cost. Work orders are expensed to three enterprise service funds and the general fund, and work is billed internally to projects and externally to the City. Hansen also performs inventory control for the water, sewer, and drainage utilities. The Hansen system and its' business requirements are part of the new system replacement procurement. Ideally, one system will provide the functionality for both permitting and asset management; however, the i systems vendor RFP will allow vendors to respond to all or one of the major requirements. Number of current distinct assets: 100,000 Current number of system users: 75 Expand system availability to include the maintenance and facilities divisions of the City's Parks, Recreation, and Community Services Department. Proiect Teams Since June 2007, the Project Steering Committee members meet monthly and the Project Core Team members i meet weekly Role Responsibilities Partieipant(s) Project Sponsor ♦ Ultimate decision-maker and tie- Mike Carrington- IT Director breaker Ben Wolters- Economic & Community Development iPrimary ♦ Provide project oversight and guidance Director Stakeholders ♦ Determine project priorities Fred Satterstrom- ♦ Resolve management issues Community Development iDirector ♦ Review/approve project deliverables Steering Steering Committee I Committee and ♦ Allocate resources Mike Carrington- IT Director Project Core ♦ Review and approve project Ben Wolters- Economic Team deliverables Fred Satterstrom- ♦ Provide knowledge and Community Development Director *Indicates:on recommendations *Jon Napier- Division both committees ♦ Remove project barriers Chief/Fire Marshall *Curt Ryser- ITS stems i CONSULTANT SERVICES AGREEMENT - 3 (Over$10,000) t ♦ Update Project Sponsor Manager Levin Conway- PW Operations *Charlene Anderson— Planning *Kimberlee McArthur- Permit Center *Mike Gillespie-Public Works Development Manager *Kurt Hanson Economic Development *Bob Hutchinson- Building Official *Toni Mommersteeg Moore Core Team Cindy Riege- PW Engineering Heather Thomas- Public Works Engineering Cindy Tyree- Permit Center Matt Gilbert- Planning Bill Zeitler- Building Garin Lee—Parks * Project ♦ Manage project (e.g., schedule) Toni Memmer-steeg Moore Manager ♦ Provide overall project direction won ♦ Direct/lead team members toward project objectives ♦ Review and approve project deliverables ♦ Handle problem resolution ♦ Update Governance Committee 1.1.6 Project Procurement Team CONSULTANT SERVICES AGREEMENT - 4 (Over$10,000) Role Responsibilities Participant(s) Project ♦ Provide project methodology and Consultants procedures ♦ Assist with project management responsibilities ♦ Guide project analysts in completing deliverables ♦ Q/A project deliverables ♦ Complete selected project deliverables ♦ Relay best practices Project Analysts ♦ Complete selected project deliverables Project Core Team including needs assessment, RFP Project Steering Committee response evaluations, and selection of consulting and system vendors ♦ Understand the user needs and business processes of their area ♦ Act as consumer advocate in representing their area ♦ Update their area Subject Matter As ne`acdiema ll Experts depaes Obiectives The project associated with this RFP has several objectives that are outlined below. The successful consulting vendor must demonstrate to the City's satisfaction that it can best assist the City in meeting these objectives: CONSULTANT SERVICES AGREEMENT - 5 (Over$10,000) 1 ♦ Establish a relationship with a consulting vendor that has a proven track record in Permit Tracking,Asset { Management,Work Order Request Management, and Customer Service systems selection for municipal government agencies. ♦ Identify the immediate and long term needs of system users, including business process improvement analysis of some processes. ♦ Develop project ownership and support from system users. ♦ Understand current best practices and customer service trends in permitting, asset management,Customer Relationship Management(CRM), and how to apply them to the City's environment. ♦ Understand the latest developments and future direction in the permitting and asset management arena, including web services and remote computing. ♦ Expedite the systems RFP process and produce core elements of the systems RFP including a forms-based RFP to ensure consistent vendor responses to simplify proposal evaluations. ♦ Develop collation and scoring methodology for systems RFP responses. i ♦ Select a new system that best satisfies user requirements, offers long-term viability, and sustainability, and is suited to the City's current and future infrastructure. ♦ Prepare for the implementation of the new system. ♦ Complete the project on-schedule and within budget. I I 4 t 1 CONSULTANT SERVICES AGREEMENT - 6 (Over$10,000) r Scope of Work This subsection details the deliverables and services the City expects to receive from the consulting vendor as -- the City proceeds through completing the systems RFP. The system's procurement project is divided into four pbases: ' Phase Milestone(s)/Deliverable(s) Tentative Target Completion Dates I. System Selection Project Plan ♦ Approve Project Plan June 2007 Status =Complete II. Requirements Definition ♦ Project Core Team- Evaluate and June 2007 — December 1, consolidate permit typology, 2009 submittal requirements, and Status = Complete routing. ♦ Develop and implement process improvements for complex land use i- and civil review. ♦ December 2008 - July, ♦ Document business and systems 2009 - requirements for core business Status = Draft Complete service areas. 1 ♦ Finalize business requirements ♦ Sept., 2009- Oct., 2009 f 111. RFP Creation &Distribution ♦ Complete systems RFP- submit to Sept., 2009— October, 2009 Law Department and management for review and revision. j November, 2009 ♦ Obtain management and Law Department approval on the systems RFP. ♦ Publish System RFP ♦ December, 2009 Review log of systems vendor { questions, and prepare responses. ♦ January, 2009 l ♦ Bidder's Conference ♦ February, 2010 IV. System Proposal Evaluation ♦ Complete a preliminary evaluation ♦ February—March, 2010 &Recommendation matrix CONSULTANT SERVICES AGREEMENT - 7 (Over $10,000) ♦ Prepare a top 3 systems vendors list ♦ Complete final evaluation matrix (with reference checks and product demonstrations) ♦ Approve management recommendation and presentation ♦ Obtain management approval of Implementation Plan. Phase I— The System Selection Proiect Plan Consulting vendors responding to this RFP shall prepare a plan that describes how the consulting vendor will complete project phases 2—4. Essential elements of this part of the RFP will include: Objectives (specific, measurable, attainable, and relevant) Scope Statement (project boundaries, including items that are not addressed) Approach (including methodologies and procedures for needs assessment and system RFP evaluation, detailed work plan for next phase, project team, their roles and responsibilities) Schedule and Milestones (including tasks, deliverables, resources, duration, begin/end dates) Budget(per phase) Communication Plan(status reporting,problem escalation, quality assurance checkpoints, and approvals) Assumptions/Constraints Change Management Plan Obtain management approval for project plan. Phase H—Requirements Definition In assisting the City by preparing a system RFP, the consulting vendor is to: CONSULTANT SERVICES AGREEMENT - 8 (Over$10,000) Verify the high-level system objectives and requirements as outlined in the City's business/systems requirements documents. Link the system objectives to business/service objectives that have measurable performance criteria. Verify the requirements and use as the baseline for detailed requirements definition. Perform a needs analysis, if necessary, and gather detailed system requirements for all areas in the City that use permit, asset management, and work order request systems. Confirm information (in terms of inputs and outputs) each area identified by the City advises it needs to perform its business function. Requirements should include but are not limited to: Internal and external system interfaces Data Transfer Electronic forms Web services and on-line permitting Process milestones, activity, reviewer, and inspection status. Standard and ad hoc queries Reporting (internal and external) Document management Resident request tracking Electronic plan submittal and review Business licensing Land information, address process Fee calibrations Permit typology Submittal requirements Routing& work flow Timekeeping and billing Bond tracking, Bills of Sale, As-builts Development inspections, IVR, and Field access. Asset management Work Order request tracking GIS Code Compliance Security Policy/Procedures Back-up Administration Contingency planning/ Disaster recovery Conversion(e.g., data, forms) Training Architecture/Performance CONSULTANT SERVICES AGREEMENT - 9 (Over$10,000) Support/Maintenance Network Infrastructure Other Constraints and Assumptions Consolidate existing requirements and develop others as needed Obtain final management approval of systems RFP Establish evaluation criteria, use criteria to create a systems RFP / systems vendor evaluation model for approved requirements. Obtain management approval for the evaluation model. Phase III-RFP Creation and Distribution Prepare the systems RFP that includes sections for: , ♦ Consolidated Requirements (deliverables from Phase II—Requirements Definition) ♦ Implementation Approach and Schedule ♦ Hardware and Software Requirements ♦ Network Integration ♦ Systems Vendor Demo Scripts (for the 3-4 most successful vendors) ♦ Customization ♦ Consulting ♦ Conversion ♦ Testing and Validation ♦ Training ♦ Documentation ♦ Support and Maintenance ♦ Warranty Obtain Law Department and management approval of the systems RFP. Identify key systems vendors, publish the systems RFP as required by Washington State law for local governments, and distribute the RFP. Track systems vendor questions, formulate responses, and prepare any necessary addendums to the systems RFP. Phase IV—Proposal Evaluation and Recommendation The final project phase deals with systems vendor RPF responses and systems vendor selection which includes: CONSULTANT SERVICES AGREEMENT - 10 (Over$10,000) ♦ Receiving and tracking RFP responses ♦ Managing systems vendor follow-up ♦ Evaluating proposals and completing preliminary evaluation model ♦ Identifying the top 3 to 4 systems vendors ♦ Coordinating systems vendor demonstrations ♦ Checking customer references ♦ Completing evaluation model with reference checks and systems vendor demonstration results ♦ Advising the City during its selection of the successful systems vendor r ♦ Preparing a recommendation to City management, including a cost summary ♦ Preparing the Implementation Plan that includes: An overall implementation plan containing all project plan elements outlined in Section 1.3.1 Detailed task plan and schedule for phase 1 of the implementation Sections addressing the applicable categories outlined in Section 1.3.3 ♦ Preparing management presentation. Items Not Included in this RFP The City reserves the right to include or exclude various portions of the scope of work in this RFP. CONSULTANT SERVICES AGREEMENT - 11 (Over$10,000) Procurement Process This section provides information regarding the City's procurement process for this consulting vendor RFP Procurement Schedule The milestones of the procurement process for the ultimate system to be selected by the City, with the consulting vendor's assistance, are summarized below in Table 8. The City will expect the consulting vendor to meet these deadlines unless the City and the consulting vendor mutually agree otherwise. Table 8: Schedule of Contract Events Milestone Tentative Scheduled Date Complete System & Business Requirements, 9/13/09— 11/30/09 Develop RFP Release Systems RFP 12/1/09 Systems Proposals Due 1/14/10 Systems Finalists Announced 2115110 Systems Vendor Presentation Demos 3115110—3130110 Systems Vendor Selection 415110 Contract Negotiations and Detailed Planning 4/10/10 Law Department Review & Approval 4/10/10—4/27/10 Operations Committee 4/20/10 City Council 5/4/10 Systems Vendor Contract Signed 515110 Systems Project Kickoff 515110 The City reserves the right to modify the schedule as circumstances may warrant. Proposal Date Time Location See Consulting Vendor Instructions, Section 3 for specific proposal format. All proposals should be received at the City address listed below no later than August 24, 2009, 3:00 PM, Pacific Daylight Time. Consulting vendors are solely responsible for ensuring that proposals are delivered on time. Late proposals may not be accepted and may automatically disqualify a proposal from further consideration. The City reserves its absolute right, in its sole discretion, to accept or reject any proposal not timely delivered or delivered without the required number and type of copies. Electronic proposal copies, such as fax or E-mail, will not be accepted. Proposals should be sent to the City Clerk for the City of Kent. The envelope should be addressed on the outside of the envelope/package as follows: City Clerk's Office City Of Kent 220 4th Avenue South Kent,WA 98032 Re:RFP Consultant for Permit,Asset,and Work Order System Project Attn: Toni Mommersteeg Moore CONSULTANT SERVICES AGREEMENT - 12 (Over $10,000) Communications with the City of Kent All communications regarding this consulting RFP from vendors and other sources must be directed, in writing, to the City's RFP Coordinator as follows: Toni Mommersteeg Moore City of Kent Information Technology 220 4th Avenue South Kent, WA 98032 Phone: (253) 856-4659 Fax: (253) 856-4735 Email: tommersteeg-moore(a�,ci.kent.wa.us Consultin! Vendor Clarifications and Questions The RFP Coordinator is the sole point of contact for this proposal. Any other communication will be considered unofficial and non-binding on the City, and may result in disqualification of the consulting vendor. Specific consulting vendor questions concerning the RFP must be submitted in writing or sent via e-mail and received by 1:00 P.M., PDT, August 17, 2009. Copies of questions relevant to the RFP process, together with the City's response will be distributed to all participating consulting vendors. Consulting vendors who seek information, clarification, or interpretations from City employees without using this written submission process are advised that such material is used at the consulting vendor's own risk and the City shall not be bound by any such representations, whether oral or written. Clarifications The City reserves the right to obtain clarification of any point in a consulting vendor's proposal or to obtain additional information necessary to properly evaluate a proposal. Failure of a consulting vendor to respond to such a request for additional information or clarification may result in rejection of the consulting vendor's proposal. The City's retention of this right shall in no way reduce the responsibility of consulting vendors to submit complete, accurate, and clear proposals. Consulting Vendor Contact The proposal must include the name of the specific individual who will act as the primary consulting vendor contact during proposal evaluation. The proposal must identify the contact's organization, position in the organization, address, telephone number, fax number, and e-mail address. Summary of RFP Process The outline given below describes the City's procurement process after RFP release. RFP Changes or Amendments Any RFP revisions will be issued in the form of an addendum and will be distributed to all consulting vendors prior to the proposal due date. CONSULTANT SERVICES AGREEMENT - 13 (Over$10,000) 'I 1 Consulting Vendor Submits Proposal Reference instructions in Section 3, Consulting Vendor Instructions of this document for the required vendor ' response format and content. gl City Evaluates Proposals Consulting vendor proposals will be evaluated based on each proposal's merits in response to Section 3 of this RFP, Consulting Vendor Instructions. The City's evaluation team will determine which consulting vendor solution can best serve the City's goals and environment. The evaluation will focus on the following aspects: I� i ♦ Consulting Vendor Qualifications ♦ Consulting Team ♦ Costs ♦ References City Announces Finalists The City will announce up to four(4)finalists. The City reserves the right, at any time during the selection process, to include additional consulting vendors for final evaluation activities. The selected consulting vendor finalists will be notified and a time will be scheduled for the vendor to participate in a presentation. I Consulting Vendor Presentations Each of the finalists will conduct a presentation at the City's offices that will consist of the following activities: Oral Presentations Company Overview Similar Project Project Approach Proposal Validation The second half of the consulting vendor presentation is for proposal validation. The intention is to discuss the City's needs and the cost model. The purpose of this activity is to: l Begin developing a partnership between the City and the consulting vendor; Enable the City to fully understand the proposal's cost element in order to equitably compare competing proposals; Initiate contract discussions; Discuss consulting vendor business qualifications; and Discuss team members. Final Consulting Vendor Selection The City may interview the Consulting Team members identified in the consulting vendors' RFP responses as part of the final selection and negotiation process. The City reserves the right to negotiate with all consulting vendors deemed qualified based on the evaluation process. Qualified consulting vendors are those vendors identified as viable by the City's evaluation team, in CONSULTANT SERVICES AGREEMENT - 14 (Over$10,000) 1 . their sole determination. The Cityreserves its unqualified right to select the consulting vendor it determines q g g best meets all the needs and goals of the City and this system project. The City's evaluation team, and not any consulting vendor, is best qualified to make that decision. By submitting to this RFP process, responding consulting vendors acknowledge and accept that the City's decision will be made on both objective and subjective criteria and further agree that they will not subsequently file any claim or suit pertaining to the City's decision on this RFP based on this process and specifically waives any right it might have to file such a suit or claim. At this final stage in the process, the City prefers to work with a single consulting vendor on the terms of its proposal; however, the City may evaluate and negotiate with more than one viable consulting vendor. The City also reserves the right to review the most recently audited financial statements for selected consulting vendor(s). i Progress Payment Schedule The City expects to make progress payments to the selected consulting vendor based upon on-time completion of the project phases as described in Section 1.3, Scope of Work, of this RFP, and the consulting vendor's cost proposal. Contract Award and General Terms and Conditions The period of performance of any contract resulting from this RFP is tentatively scheduled to begin on or about Sept., 2009, ending on or about April, 2010. The successful consulting vendor will be expected to enter into a contract that is substantially the same as the sample contract attached and incorporated in Appendix B to this fRFP. In no event is a consulting vendor to submit its own standard contract terms and conditions in response to this solicitation. The consulting vendor may submit exceptions as allowed in the Certifications of Assurances section, attached in Appendix A. The City will review requested exceptions and accept or reject the same at its sole discretion. Insurance Coverage The selected consulting vendor shall, at its own expense, obtain and keep in force insurance coverage, of the types and amounts required by the City, in"Exhibit B" (located in Appendix B of this document), that shall be maintained in full force and effect during the term of the contract. The selected consulting vendor shall furnish evidence, in the form of a Certificate of Insurance, that insurance shall be provided, and a copy shall be forwarded to the City prior to the effective date of any contract entered into as a result of this RFP. 2.5.10 Contract Approval The City's obligation will commence when the City Council approves and the Mayor signs the contract. Upon written notice to the consulting vendor, the City may set a different contract starting date, and all warranties and price guarantees, and other time sensitive conditions will be adjusted accordingly. The City will not be responsible for any work done by the consulting vendor, even work done in good faith, if it occurs prior to the contract start date set by the City. The Mayor or the Mayor's delegate is the only individual who may legally commit the City to the expenditure of funds for a contract resulting from this RFP. No cost chargeable to the proposed contract may be incurred before receipt of a fully executed contract. Proposal Process This section outlines the responsibilities of both the City and consulting vendor in the creation and disposition of materials contained in the vendor's proposal. CONSULTANT SERVICES AGREEMENT - 15 (Over$10,000) l Reference Checks The City may conduct reference checks on competing consulting vendors throughout the procurement process. The City may also contact any person or organization for information regarding a consulting vendor regardless of the references provided by the vendor. Costs Incurred by Consulting Vendors The City shall not be liable for any costs incurred by a prospective consulting vendor for preparing or submitting a proposal to the City or for any subsequent demonstrations,presentations, or other activities required by the City and related to responding to this RFP. Proposals should be prepared simply and economically,providing a straightforward, concise description of the consulting vendor's capabilities to satisfy the proposal requirements. Right of Selection or Resection of Proposals The City offers this proposal for consulting services as a competitive negotiation. The City, at its sole option, may select or reject any or all proposals for any reason, may waive any informality in the proposals received, and may waive minor deviations from the specifications and the City shall be the sole judge thereof. Selection of a consulting vendor shall not be construed as a contract award. The City may award a contract on the basis of information in addition to that received in a proposal. The City reserves the right to make an award without further discussion of the proposal submitted. Therefore, it is emphasized that all proposals should be complete and submitted initially with the most favorable financial ` terms. There may be no best and final offer procedure. Incorporation ofRFP and Proposal in the Final agreement This RFP and the consulting vendor's proposal, including, without limitation, all promises, warranties, commitments, demonstrations and representations made during the proposal selection process, shall be binding and incorporated by reference into the City's contract with the consulting vendor. Errors in Proposals Prospective consulting vendors are responsible for all errors or omissions in their proposals and any such errors i or omissions will not serve to diminish their obligations to the City. Consulting vendors will not be allowed to alter proposal documents once proposals have been submitted. However, the City reserves the right to allow corrections or amendments due to errors identified in the proposals by either the consulting vendor or the City. The City may waive minor administrative irregularities contained within the proposal documents. Period of Vah( ity of Proposals The consulting vendor must certify that its proposal will remain in effect for 180 days after the completion of vendor presentations. The City may request an extension beyond the 180 days. j Proprietary Information and the Public Records Act By Submitting a proposal, any proposer agrees to forgo making any public records request for any proposal submitted for this RFP and, to the extent allowed by law,waives its right to make such a request until the contract is awarded to the selected proposer and signed by the Mayor. To the extent allowed by law, all proposals received shall remain strictly confidential until the Contract, if any, resulting from this RFP is signed I by the Mayor and the apparent successful Proposer. CONSULTANT SERVICES AGREEMENT - 16 (Over$10,000) I i l Any information in the proposal that the Proposer desires to claim as proprietary and exempt from disclosure under the provisions of Washington State Public Records Act must be clearly designated. The page must be identified as well as the particular exemption from disclosure upon which the Proposer is malting the claim. Each paragraph, section, or page claimed to be exempt from disclosure must be clearly and conspicuously identified by the word"Confidential." However, identifying portions of a proposal in this manner does not guarantee that the materials will not be disclosed, and the City cannot guarantee or warranty the same. The City will consider a Proposer's request for exemption from disclosure; however, the City will make a decision based on its interpretation of state law. Marking the entire proposal exempt from disclosure will not be honored. If any information is marked as proprietary in the proposal, such information will not be made available until the affected Proposer has been given at least 48 hours prior notice so that the Proposer may seek a protective order in a court of appropriate jurisdiction against the requested disclosure. By submitting a proposal, the proposer agrees that it is not the responsibility of the City of Kent to seek any protective orders on behalf of that proposer. Proposal Disposition All materials submitted in response to this RFP shall become the City's property and will not be returned. I i CONSULTANT SERVICES AGREEMENT - 17 (Over$10,000) f CONSULTING Vendor Instructions This section provides the format and description of the information required for a consulting vendor's response f to be considered by the City. The consulting vendor must submit three (3)paper copies and one (1) electronic copy of its proposal (in MS Office/Word 2007 with the cost model in MS Office/Exce12007 emailed) at the date, time, and location given in Section 2.2 Proposal Date, Time, and Location. Hard copies of the entire proposal must be submitted to the City Clerk in a sealed envelope or box as provided for in this RFP. Proposal Format The consulting vendor's proposal shall be submitted in the format outlined in this section. Failure to comply with the specified format may result in the City's rejection of the consulting vendor's proposal. The City reserves the right to reject any or all proposals. Other subject headings may be added, as the consulting vendor believes necessary. The City reserves the right to require additional information or materials after the proposals are submitted. Consulting vendors should respond to all requirements stated in this RFP and all of the appendices for the services they are offering. Failure to fully respond as required may result in rejection of your proposal. The proposal and the Certifications and Assurances form attached and incorporated as Exhibit must be signed by an officer authorized to negotiate for and contractually bind the consulting vendor, e.g. the President or Executive Director in a corporation, the managing partner if a partnership, or the proprietor if a sole proprietorship. 1 The following is an outline of the proposal contents. Guidelines for completion of each section are included below: I. Cover Letter Consulting vendors should submit a cover letter that identifies the consulting vendor and provides a summary of its proposal. Additionally, the Certifications and Assurances form included in Appendix A to this RFP shall be included and made a part of the consulting vendor's RFP response. II. Table of Contents 1II. Consulting Vendor Engagement Questionnaire i Consulting vendors should complete and submit the Consulting Engagement Questionnaire, attached as Section 4 of this RFP document. IV. Consulting Vendor Response Forms Consulting vendors should complete and submit the following forms included in Appendix A to } this RFP: Consulting Vendor Authorization The consulting vendor authorization should certify that this is the vendor's response to the City's f RFP and identify both a vendor contact point for the vendor and the person authorized to negotiate for and contractually bind the vendor. A format is provided in Appendix A. Subcontractor Identification The consulting vendor should provide information for each subcontractor included in the proposal. A format is provided in Appendix A. f CONSULTANT SERVICES AGREEMENT - 18 (Over$10,000) f IV. Consulting Vendor Response Forms (continued) Consulting Vendor Profile The consulting vendor should complete the Consulting Vendor Profile form provided in Appendix A. Cost Model City representatives will review the cost model with the consulting vendor finalists following the vendor presentations. Instructions are provided along with the cost model in Appendix A. Non-Collusion Covenant The consulting vendor must certify that it has in no way entered into any contingent fee arrangement with any firm or person, and that the consulting vendor has not in any manner sought by collusion to secure any advantage over other vendor(s). A Non- Collusion Covenant form is in Appendix A for the consulting vendor to review, sign, and return with its proposal. Equal Employment Opportunity Declaration The consulting vendor must certify that it complies with the City's Minority and Women Contractors Policy. A copy of the City's Administrative Policy and a declaration are included in Appendix A for the consulting vendor to review, sign, and return with its proposal. V. Proposal Price Guarantee The consulting vendor must provide a written guarantee to maintain the prices proposed in the cost summary for 180 calendar days beyond completion of the consulting vendor presentations. VI. Acceptance of Terms An authorized consulting vendor representative must submit a statement demonstrating the vendor's acceptance of all parts of the RFP, including the contract terms provided for in the City's form contract included in Appendix B to this RFP. If the consulting vendor cannot provide this acceptance statement, the consulting vendor must enumerate each specific exception to the City's RFP, together with the consulting vendor's proposed changes. The City will not accept substitutions by the consulting vendor with the vendor's own boilerplate documents. VII. Additional Materials Submitted by Consulting Vendor Vill. RFP Decision Process Schedule: A. Consulting RFP Date Published: August 10, 2009 B. Consulting Vendor Questions Due to City: August 17, 2009 C. Consulting Vendor RFP Responses Due to City: August 24, 2009 D. Top Consulting Vendor RFP Responders Proposal Presentations to Project Steering Committee: Sept., 2009 CONSULTANT SERVICES AGREEMENT - 19 (Over$10,000) rI CONSULTING VENDORS SHOULD BE AWARE THAT THIS DOCUMENT, THE CONSULTING VENDOR'S RESPONSE, AND A PROJECT SCHEDULE WILL BE ATTACHED TO THE SELECTED CONSULTING VENDOR'S PROJECT CONTRACT. f l 1 1 I k i CONSULTANT SERVICES AGREEMENT - 20 (Over$10,000) I CONSULTING ENGAGEMENT Questionnaire The City's project milestones/deliverables are outlined in Section 1.3 Scope of Work, and the anticipated staffing is located in the Section 1.1.5 Project Team. The consulting vendor is strongly encouraged to use this information as a guideline to complete the Consulting Engagement Questionnaire. The Consulting Engagement Questionnaire contains the following sections: Project Approach and Methodology Consulting Team Customer References The City expects the selected consulting vendor's Consulting Team to possess high levels of knowledge and experience in proven methodologies and best practices. The City's focus is on determining that the consulting vendor's Consulting Team and organization has a high degree of experience with successful permitting, asset management and work order systems procurements and implementations. Expertise should include both technical and functional expertise for the proposed products. Project Approach and Methodoloey Attach a description of the proposed project approach that addresses, at minimum, the following: Briefly describe your company's consulting experience and expertise with: Permit Tracking, Asset and Work Order Management for municipal government. Project Management Needs Analysis RFP Preparation and schedule. RFP Response Evaluation and Consulting Vendor Selection Attach with your proposal the project plan outline for a project of similar size and complexity that your company has completed. Attach with your proposal a project plan outline for this engagement that describes how the consulting vendor intends to complete the work effort. What amount of elapsed time in days is typically required to complete an engagement of this size and complexity? Describe the methodologies in detail that your company would use to complete the deliverables identified in Section 1.3 Scope of Work. Describe how your company validates user requirements. Based on your engagement experience, describe the key criteria typically used to select an enterprise systems that provide core services used across a large organization and with which other applications are dependent.. Describe the "lessons learned" from prior engagements where your company has assisted in procuring a permit and or asset management system to replace existing systems. CONSULTANT SERVICES AGREEMENT - 21 (Over$10,000) Consulting Team Review the scope of work as identified in the Section 1.3 and assume the following: ♦ The consulting vendor is the primary resource to complete Phases I and III. ♦ The consulting vendor provides supplementary resources to complete Phases II and IV; however, in Phase IV the consulting vendor is the primary source to complete the management report, presentation and implementation plan. ♦ Please describe how you propose to supplement the City's Project Teams. Describe number of FTEs, the role each individual will play in the project, and the expected duration of service for each individual. , Describe experience level and/or technical expertise to be provided by each team member and costs associated with providing assistance. Also, include a resume of each individual(s) you plan to assign to this engagement. Customer References Submit at least 3 professional references, along with a description of the work that the consulting vendor did for each reference. The ideal reference will be from a public sector organization that recently received services similar to those outlined in this RFP and that were managed by the same project manager and/or project team the consulting vendor would assign to this project. The City reserves the right to contact any reference or client f listed that may be helpful to the City in evaluating the consulting vendor's performance on previous assignments. For each reference, please provide the minimum following information: Organization Name } Organization Type Contact Name Contact Title Address f Telephone Email Address 1 Project Name Engagement Dates (e.g., begin and end dates) Engagement Description: Describe your company's involvement with the prior projects identified, focusing specifically on your work in the following areas: CONSULTANT SERVICES AGREEMENT - 22 (Over$10,000) 1 — Permit, Asset Management, Work Order Request Tracking Systems Procurement Assistance. — Project Management. — Business and systems needs analysis. — RFP preparation. — RFP response Evaluation and Vendor Selection. — Systems Implementation. CONSULTANT SERVICES AGREEMENT - 23 (Over$10,000) i Appendix A - Vendor Response Forms i CONSULTANT SERVICES AGREEMENT - 25 (Over$10,000) 1 CERTIFICATIONS AND ASSURANCES Uwe make the following certifications and assurances as a required element of the proposal to which it is attached,understanding that the truthfulness of the facts affirmed here and the continuing compliance with these requirements are conditions precedent to the award or continuation of the related contract(s): 1. Uwe declare that all answers and statements made in the proposal are true and correct. 2. The prices and/or costs data have been determined independently, without consultation, communication, or agreement with others for the purpose of restricting competition. However, Uwe may freely join with other persons or organizations for the purpose of presenting a single proposal. 3. The attached proposal is a firm offer for a period of 180 days following receipt, and it may be accepted by the City of Kent, Washington without further negotiation (except where obviously required by lack of certainty in key terms) at any time within the 180—day period. 4. In preparing this proposal, Uwe have not been assisted by any current or former employee of the City of Kent whose duties relate (or did relate) to this proposal or prospective contract, and who was assisting in other than his or her official, public capacity. (Any exceptions to these assurances are described in full detail on a separate page and attached to this document.) 5. Uwe understand that the City of Kent will not reimburse me/us for any costs incurred in the preparation of this proposal. All proposals become the property of the City of Kent, and Uwe claim no proprietary right to the ideas, writings, items, or samples, unless so stated in this proposal. 6. Unless otherwise required by law, the prices and/or cost data which have been submitted have not been knowingly disclosed by the Proposer and will not knowingly be disclosed by him/her prior to opening, directly or indirectly, to any other Proposer or to any competitor. 7. I/we agree that submission of the attached proposal constitutes acceptance of the solicitation contents and the attached sample contract and general terms and conditions. If there are any exceptions to these terms, I/we have described those exceptions in detail on a page attached to this document. 8. No attempt has been made or will be made by the Proposer to induce any other person or firm to submit or not to submit a proposal for the purpose of restricting competition. 9. I/we grant the City of Kent the right to contact references and others, who may have pertinent i information regarding the Proposer's prior experience and ability to perform the services contemplated in this procurement. i Signature of Proposer Title Date CONSULTANT SERVICES AGREEMENT - 1 (Over$10,000) Consulting Vendor Profile Please provide the following consulting vendor information shown in Table Al. Table A1: Consulting Vendor Profile Questionnaire Question Response Year founded: Headquarters location: Local offrcer(s): Total gross revenues: Number of full-time personnel: Total company Management Support/Administration Number of full-time personnel dedicated to public sector consulting. Number of current engagements: Permit&Property Tracking City/County/Regional Government Systems j City Asset Management/Work Order/CRM systems Other Is the company, or any principal of the company, engaged in any legal actions relating to the performance of consulting services? If so, please { describe the nature of the legal action. Has the company, or any principal of the company, had any judgments rendered against them relating to consulting services? If so, please describe the nature of the judgment. CONSULTANT SERVICES AGREEMENT - 1 (Over$10,000) Vendor Authorization I, <Consultinn Vendor Representative Name>, certify that<Consultine Vendor Name>have reviewed the City's Permit, Asset Management and Work Order Request Systems Replacement Procurement Assistance RFP for consulting services and responded to all required sections as directed in the REP. This proposal constitutes <Consultine Vendor Name>response to the City's Systems Procurement Assistance RFP. I further certify that I am authorized to negotiate for and contractually bind<Consultine Vendor Name>in all discussions with the City for the procurement of the consulting services as described in the City's Systems Replacement Procurement Assistance RFP. All contact with<Consultine Vendor Name>should be directed to: i Name: Title: Address: Telephone: Fax: Email: Signed Date Title Corporate Seal: f� I I 1 I l I CONSULTANT SERVICES AGREEMENT - 2 (Over$10,000) Subcontractor Identification Please provide the following information for each subcontractor included in this proposal: Organization Organization Contact Contact Title Address Telephone Fax Email Please provide a description of Subcontractor's duties while performing work for the City. i CONSULTANT SERVICES AGREEMENT - 3 (Over$10,000) f Cost Model Instructions City representatives will review the cost model with consulting vendor finalists following the consulting vendor presentations. The cost model must represent all costs associated with the consulting services to be provided as part of this project. The City's internal resource costs should not be included. The consulting vendor will provide pricing for each phase of work. The consulting vendor must use the cost model provided;however, the consulting vendor may adjust the format as is reasonable and appropriate. The consulting vendor is responsible for presenting accurate and valid price information. The City is not subject to local sales tax for consulting services, so sales tax should be excluded in proposed prices. f Phase I—Systems Selection Project Plan Refer to Section 1.3.1, Phase I—Permit, Asset Management and Work Order Request Systems Replacement Selection Project Plan, for a detailed description of consulting services to be provided in Phase I and complete Table A-1 below: Table A-1: Phase I Cost Description Cost Consulting Services Expenses Document Preparation Total Not to Exceed Phase I1—Requirements Definition Refer to Section 1.3.2,Requirements Definition, for a detailed description of consulting services to be provided in Phase II and complete Table A-2 below: Table A-2: Phase II Cost Description Cost Consulting Services Expenses i Document Preparation Total Not to Exceed f I CONSULTANT SERVICES AGREEMENT - 4 (Over$10,000) i Phase III—RFP Creation &Distribution Refer to Section 1.3.3, Phase III—RFP Creation & Distribution, for a detailed description of consulting services to be provided in Phase III and complete Table A-3 below: Table A-3:Phase III Cost Description Cost Consulting Services Expenses Document Preparation Total Not to Exceed Phase IV-Proposal Evaluation and Recommendation Refer to Section 1.3.4, Phase IV—Proposal Evaluation and Recommendation, for a detailed description of consulting services to be provided in Phase IV and complete Table A-4 below: Table A-4: Phase IV Cost Description Cost Consulting Services Expenses Document Preparation Total Not to Exceed CONSULTANT SERVICES AGREEMENT - 1 (Over$10,000) Non-Collusion Certificate The undersigned, being duly sworn, deposes and says that he/she is the identical person who submitted the foregoing proposal, and that such proposal is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, as further, that the deponent has not directly induced or solicited any other bidder to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself/herself or to any other person any advantage over another bidder or bidders for the project described as follows: Consulting services related to procurement assistance for the Permit,Asset Management and Work Order Request Systems Replacement Project. ` I Consulting Vendor Name Signed Title Notary Public: Sworn to before me this day of 2009. Name Signature f I ti 4 I 1 CONSULTANT SERVICES AGREEMENT - 2 (Over$10,000) Equal Employment Opportunity Declaration The City is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work for the City 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 to adhere to. An affirmative response is required on all of the following questions. The questions are as follows: I have read the attached administrative policy number 1.2. 1. <Consulting Vendor Name> does not and will not discriminate in employment on the basis of sex, race, color,national origin, age, or the presence of any sensory,mental, or physical disability. 2. <Consulting Vendor Name> provides a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 3. <Consulting Vendor Name>actively considers hiring and promotion of women and minorities. 4. The requirements outlined in this adherence statement shall be complied with prior to the execution of any contract between<Consulting Vendor Name>and the City. By signing below, <Consulting Vendor Name>agrees to fulfill the four(4) requirements referenced above. Signed Date Title CONSULTANT SERVICES AGREEMENT - 3 (Over$10,000) i CITY OF KENT ADMINISTRATIVE POLICY f NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 I SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY: Jim White,Mayor i POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding contracts 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 f 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 f equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the contract. 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. f 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. i 2. Monitoring to assure adherence to federal, state, and local laws, policies, and guidelines. i f f a CONSULTANT SERVICES AGREEMENT - 4 f (Over$10,000) f i Appendix B — Contract for Consulting Vendor Services �i CONSULTANT SERVICES AGREEMENT - 1 (Over$10,000) CONSULTANT SERVICES AGREEMENT between the City of Kent and [Insert Consultant's Company Name] THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and [Insert Consultant's Co. Name] organized under the laws of the State of [Insert State Co. Formed Under], located and doing business at [Insert Consultant's Address and Phone Number] (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: [Insert Detailed Description of Work Consultant will be Performing] 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 l 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 [Type either "within" or "by" depending on deadline in next form field] [Insert either a date specific or enter # of days, weeks, months, years, etc.]. III. COMPENSATION. A. The City pay shall a the Consultant based on time and materials an amount not to exceed [Insert maximum dollar amount to be paid for services. You may type out the dollar amount and place the numerical dollar amount in parentheses or you may just enter the numerical dollar amount] 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 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 [Insert Exhibit that lists the rate to be charged]. B. The Consultant shall submit [Enter monthly or quarterly] 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. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: CONSULTANT SERVICES AGREEMENT - 1 (Over$10,000) A. 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. B. The Consultant maintains and pays for its own place of business from which Consultant's services under this Agreement will be performed. C. The Consultant has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Consultant's services, or the Consultant is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Consultant is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. I E. The Consultant has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Consultant's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Consultant maintains a set of books dedicated to the expenses and earnings of its business. 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. CONSULTANT SERVICES AGREEMENT - 2 (Over$10,000) 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. 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 [Insert Exhibit #] 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$10,000) 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: CONSULTANT SERVICES AGREEMENT - 4 (Over$10,000) By: By: ! (signature) (signature) Print Name: Print Name: Suzette Cooke Title Title Mayor (title) DATE: DATE: NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: ! [Insert Contact Name] [Insert Name of City Rep. to Receive Notice] [Insert Company Name] City of Kent [Insert Address] 220 Fourth Avenue South [Address - Continued] Kent, WA 98032 (253) [Insert Phone Number] (telephone) [Insert Telephone Number] (telephone) (253) [Insert Fax Number] (facsimile) [Insert Fax Number] facsimile APPROVED AS TO FORM: Kent Law Department ! I CONSULTANT SERVICES AGREEMENT - 5 (Over$10,000) i I 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_. 1 By• I For: Title: Date: I CONSULTANT SERVICES AGREEMENT - 1 (Over$10,000) I i CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS 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: women.equal opportunity employer. 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. CONSULTANT SERVICES AGREEMENT - 2 (Over$10,000) I i i 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_. f By: For: I Title: i Date: i CONSULTANT SERVICES AGREEMENT - 3 (Over$10,000) i EXHIBIT B INSURANCE REQUIREMENTS FOR PROFESSIONAL SERVICE AGREEMENTS Insurance The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Minimum Scope of Insurance Consultant 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 I contractors and personal injury and advertising injury. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City. i 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. I 4. Professional Liability insurance appropriate to the Consultant's profession. Minimum Amounts of Insurance 4 I, I EXHIBIT B (Continued) Consultant shall maintain the following insurance limits: i 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. i 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. 3. Professional Liability insurance shall be written with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. l I' CONSULTANT SERVICES AGREEMENT - 4 (Over$10,000) i i Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability, Professional Liability and Commercial General Liability insurance: 1. The Consultant'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 Consultant's insurance and shall not contribute with it. 2. The Consultant'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 received 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. jD. 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 Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. I I CONSULTANT SERVICES AGREEMENT - 5 (Over$10,000) i I I, iII i i 1 l i i CONSULTANT SERVICES AGREEMENT - 6 (Over$10,000) i i I Appendix C — Technology Environment I CONSULTANT SERVICES AGREEMENT - I (Over$10,000) f fi t 4 l 4 1 Technology Environment This appendix describes the City's technology environment. The City is striving to establish a standard technology set using the products and standards identified below; however, it currently supports a wider range of products in use. Table C-1: Standard server operating systems and databases supported by the City. Business Application Components Standard Database Servers Windows 2003 OS Application Servers Windows 2003 OS 1 Web Server Microsoft IIS DBMS Oracle 8.x and SQL Server 7.0 I Table C-2: Network configuration and network operating systems supported by the City. I I CONSULTANT SERVICES AGREEMENT - 2 (Over$10,000) + I I I i Network Component Standard Network Backbone ATM Network Operating System Novell 4.11,Novell 5, Microsoft NT/Windows 2000 Network Protocols IPX, TCP-IP 10/100 Topology Switched Ethernet to the desktop (Ethernet II) i Cable Infrastructure Category 5 File and Print Services Novell NetWare 5.x Application Servers HP Net Servers, Dell (planned) Backup Veritas Messaging Server Microsoft Exchange 5.5, 2000 (planned) i CONSULTANT SERVICES AGREEMENT - 3 (Over$10,000) 1 i 1 , 1 Table C-3: Standardsfor the desktop and laptop environments supported by the City, Desktop Component Standard Desktop PC Make and Model HP Vectra VL 400 Pentium III, 866 MHz, (Minimum Configuration) with 128 MB RAM, 1 OGB hard drive and CD-ROM drive. Desktop Operating Systems Microsoft Windows XP SP2 or Better Laptop Dell Inspiron 8000, 700 MHz, with 128 MB RAM, 10 GB hard drive Laptop in City Vehicles Panasonic Toughbook 27 Pentium II, 300 MHz with 128 MB RAM, 6.3 GB hard drive and CD ROM drive. Business Software Suite Microsoft Office 2007 Browser Microsoft Internet Explorer 5.01 Email Client Microsoft Outlook 2007 I I CONSULTANT SERVICES AGREEMENT - 4 (Over$10,000) I i I i I CONSULTANT SERVICES AGREEMENT - 5 (Over$10,000) 1 I KENT W:66HN N CrIoN i Exhibit B : Proposal to Provide Permit, Asset & Work Order System Project Assistance i To: City of Kent, Washington August 24, 2009 Authorized PTI Contact: Mike Silverman, Co-Chief Executive Officer + Pacific Technologies, Inc. 14711 NE 29`" Place, Suite 216 Bellevue, Washington 98007 Tel. (425) 881-3991 ' Fax (425) 881-4244 msilverman(a.pti-consultina.com ISL ri 1993 2009 CONSULTANT SERVICES AGREEMENT - 6 (Over$10,000) f l 1. Cover Letter August 24, 2009 Ms. Toni Mommersteeg Moore City of Kent Information Technology 220 4`h Avenue South Kent, WA 98032 Re: Consultant for Permit, Asset, and Work Order System Procurement Assistance Dear Ms. Moore: f j Pacific Technologies, Inc. (PTI) appreciates the opportunity to respond to your request for permit, asset, and work order system software procurement consulting services. As requested in your Ri we are submitting three (3) paper copies and one (1) electronic copy of our proposal. PTI offers skills and experience ideally suited to meet the City of Kent's (the City, Kent) desired scope and requirements for this engagement. PTI has conducted software systems needs analyses and facilitated software procurements for a number of similar government organizations. Our staff brings decades of relevant experience and significant subject area knowledge to this project. We understand the local government environment and, as a I result, our clients have a high degree of confidence our findings and recommendations. As you review our response, we encourage you to consider that: ♦ Our firm specializes in software needs ass s a assistance, as well as strategic technology Ilanrllg x public sector I lad��y ♦ PTI has relevant local government permitting and asset n. systems procurement and needs asses'smentezpeieitae9! el similar efforts for the eCityGov Alliance and,cItIes:of•Bellevue (WA), Bellingham (WA), Gresham (OR), Boise (ID),Juneau (AKa tl Snohomish County(WA)—to name just a few Our consulting team understands the local government environment, }s including all aspects of municipal automation and the rel S1, `,I4,process impacts and technical support requirements tr.u.�' ��1,n We deliver business-based recommendations written In a language non- technc�atl readers can understand P ,I has r7o ties to any software, hardware, or implementation vendors— s gt n In epeindent, unbiased consulting services ' e a„yrork with-we do planning in partnership with our clients t-iCte At-is approach to consulting that focuses on y w4 CONSULTANT SERVICES AGREEMENT - 1 (Over$10,000) I We are excited about this opportunity and will endeavor to provide you with the highest possible level of service. Sincerely, I' Mike Silverman Co-Chief Executive Officer msilverman(cD,oti-consulting.com Enclosures: Three (3) paper copies and one (1) electronic copy for a total of (4) copies of J our proposal I I I ti I I I 1 CONSULTANT SERVICES AGREEMENT - 2 (Over$10,000) i 11. Table of Contents � I. COVER LETTER....:................................................................................................................................ II. TABLE OF CONTENTS......................................................................................................................... III. CONSULTING VENDOR ENGAGEMENT QUESTIONNAIRE...................................................... COMPANYBACKGROUND.......................................................................................................................4 UNDERSTANDING OF NEED.....................................................................................................................7 PROJECT APPROACH&METHODOLOGY...............................................................................................10 PROJECTSCHEDULE..............................................................................................................................24 LESSONSLEARNED...............................................................................................................................26 CONSULTINGTEAM...............................................................................................................................27 CUSTOMER REFERENCES.......................................................................................................................33 THEPTI ADVANTAGE...........................................................................................................................38 CLIENTRESULTS...................................................................................................................................39 IV. CONSULTING VENDOR RESPONSE FORMS.................................................................................. CONSULTING VENDOR AUTHORIZATION...............................................................................................40 SUBCONTRACTOR IDENTIFICATION.......................................................................................................42 CONSULTING VENDOR PROFILE............................................................................................................42 COSTMODEL........................................................................................................................................43 NON-COLLUSION COVENANT................................................................................................................46 EQUAL EMPLOYMENT OPPORTUNITY DECLARATION............................................................................47 V. PROPOSAL PRICE GUARANTEE....................................................................................................... I ' VI. ACCEPTANCE OF TERMS................................................................................................................... I VII. ADDITIONAL MATERIALS SUBMITTED BY CONSULTING VENDOR.................................... APPENDIX A-DETAILED RESUMES....................................................................................................... MIKE SILVERMAN-PROJECT MANAGER..............................................................................................51 DAN BORGEN-LEAD CONSULTANT.....................................................................................................67 NICOLE SIMPKINSON-SENIOR CONSULTANT.......................................................................................80 TRACIE JACINTO-STAFF CONSULTANT.................................................................................................I CONSULTANT SERVICES AGREEMENT - 3 (Over$10,000) Vendor!Ill. Consulting Questionnaire This chapter outlines our company's relevant procurement assistance experience, describes our project approach and schedule, and introduces our project team, organized as follows: ♦ Company Background ♦ Understanding of Need ♦ Project Approach & Methodology j ♦ Project Schedule ♦ Lessons Learned ♦ Consulting Team ♦ Customer References l ♦ Why Hire PTI Company Background This section provides key contact information and an overview of Pacific Technologies, Inc., which has been providing information technology (IT) consulting services to local governments for 16 years. Contact Information 1 Company: Pacific Technologies, Inc 1 Address: 14711 NE 29'h Place, Suite 216 Bellevue, WA 98007 I Principals: Mike Silverman and Dan Borgen, co-CEOs Phone: 425-881-3991 E-mail: msilverman(a)pti-consulting.com and dboraen _pti-consultina.com i PTI Overview As indicated by our mission statement, PTI specializes in providing local governments with information technology procurement and consulting services: MISSIONPTI Helping the public . plan effective technology strategies 1 We offer expert IT management consulting services -with absolutely no ties to any software, hardware, or implementation vendors. Our primary service lines are: ♦ Software Procurement ♦ Strategic System Planning CONSULTANT SERVICES AGREEMENT - 4 (Over$10,000) Our SOFTWARE PROCUREMENT services cover the entire solution selection lifecycle. We have helped numerous municipalities identify requirements, develop requests for proposals (RFPs), evaluate vendors, and negotiate contracts for software purchases and installations. Our procurement work includes helping local governments secure permitting software from Accela, CSDC, HTE, Hansen, and PG Govern. In addition, our strategic IT planning work has exposed us to virtually every viable permitting and maintenance management software package (and some that are not so viable) in the local government environment— giving us broad familiarity with the marketplace. Our STRATEGIC SYSTEMS PLANNING process aligns your organization's IT staff and systems with its business objectives. Our planning work provides a comprehensive assessment of—and future strategy for—your IT staff and organization, applications, infrastructure, and decision-making processes. Within that context, rest assured that we know what it takes to successfully bring a permit, asset, and work order system into your organization. I In any type of engagement, PTI strives to match the individual needs of our clients with the appropriate solution. We encourage You to verify this with our references. The result? We live up to our credo Practical Planning. Positive Change. I Local Government Perspective PTI brings a special local government perspective to systems procurement jengagements. We understand this unique environment, where scrutiny comes from a variety of stakeholders— including citizens, private sector interests, staff, elected officials, bargaining units, regulatory authorities, etc. Correspondingly, municipal igovernment procurements must be run in a manner that will withstand critical evaluation and will not leave staff distancing themselves from the selection once the process is complete. PTI has a demonstrated track record of achieving this. Aligned with City's needs, we have extensive and relevant experience in the following key areas: ♦ Conducting interviews and focus groups with a wide-range of staff ♦ Documenting processes and business practices to formulate detailed recommendations for improvement based on industry "best practices' ♦ Developing detailed project timelines to identify the critical activities and dates associated with procurement efforts ♦ Estimating costs associated with software procurement and implementation processes ♦ Working with public sector agencies to streamline the RFP process ♦ Developing and distributing RFPs for a wide variety of permitting, asset, and work order management system procurement efforts ♦ Managing the demonstration processes, including writing demonstration scripts ♦ Facilitating the vendor selection process without protest ♦ Negotiating vendor contracts that aggressively protect our clients' interests i CONSULTANT SERVICES AGREEMENT - 5 (Over$10,000) You will find that our qualifications, methodology, and consulting style are well adapted to addressing the unique aspects of the public sector. We have been engaged by numerous councils and boards and have worked with a wide variety of elected and appointed officials at all levels. Individuals with budget authority have a high degree of trust in our work. We understand the budgeting process and we consistently build consensus across departments and divisions. As a result, our recommendations have an impressive track record of getting funded and successfully implemented. This insight gives our team a distinct advantage in working on this type of project. PTI's extensive and relevant experience allows us to "hit the ground running"and effectively tailor our services to the City's unique needs. d . In addition, the majority of our strategic IT planning projects have included a significant permitting and asset management system component. We have helped our clients work through issues surrounding work flow; document, finance, and GIS integration; use of business intelligence; field automation; and customer self-service. This background provides our team with invaluable experience. In short, we know what works for public organizations, large and small—and can help the City avoid costly mistakes along the way. Relevant Permit, Asset, and Work Order Systems Experience Our most germane qualification for this project is our previous experience on a host of projects very similar to City's requested scope of work. PTI's permitting, asset and work order systems expertise is deep, including software procurement, needs assessment, and systems planning experience with the eCityGov Alliance, the cities of Bellevue (WA), Seattle (WA), Bellingham (WA), Juneau (AK), and Gresham (OR), as well as Snohomish County (WA). Our strategic systems planning work for numerous cities and counties has also exposed us to the permitting, asset, and work order management functions of over 100 local governments over the last 16 years. The following table presents a sample of PTI's directly relevant experience: ♦ eCityGov Alliance, WA ♦ City of Kirkland, WA ♦ City of Bellevue, WA ♦ City of Portland, OR ♦ Cit and Borough of Juneau, AK ♦ City of Tacoma, WA Other ♦ State of Alaska ♦ City and Borough of Juneau, AK ♦ Alderwood Water and Wastewater ♦ City of Kirkland, WA District (WA) ♦ City of Portland, OR ♦ City of Bellevue, WA ♦ City of Tacoma, WA ♦ City of Vancouver, WA ♦ Irvine Ranch Water District, CA ♦ Snohomish Count , WA ♦ City of Seattle, WA Needs Assessment ♦ State of Alaska ♦ City and Borough of Juneau, AK ♦ Alderwood Water and Wastewater ♦ City of Kirkland, WA District (WA) ♦ City of Portland, OR ♦ Citv of Bellevue, WA ♦ CIV of Tacoma, WA StrategicIT♦ State of Alaska ♦ Metropolitan Water District (CA) ♦ City of Annapolis, MD ♦ County of Orange (CA) ♦ City of Bellevue, WA ♦ Port of Los Angeles (CA) CONSULTANT SERVICES AGREEMENT - 6 (Over$10,000) I ♦ City of Boise, ID ♦ City of Pasadena, CA ♦ City of Bothell, WA ♦ City of Redmond, WA ♦ City of Boulder, CO ♦ City of Roseville, CA ♦ Clark County (WA) ♦ City of Scottsdale, AZ ♦ Deschutes County (OR) ♦ City of Seattle, WA ♦ City of Fresno (CA) ♦ Snohomish County (WA) ♦ Los Angeles County, CA ♦ City of Vancouver, WA ♦ City of Longmont, CO ♦ Washoe County (NV) li The following section provides project background, as a means of establishing a foundation for presenting our approach to the work. `I Understanding of Need The City of Kent is a full-service city supporting over 86,000 residents with public safety, utility, development, transportation, health, and recreational services. The City's goals for information technology reflect the City's overall desire for excellence: TechnologyUtilize Technolo `✓ KETIT Within this context, information technology (IT) can no longer be considered a 'back office' function. IT's role in municipal operations has grown tremendously, including a j dramatic increase in the use of the Web to conduct the business of government; integration of operational systems with GIS and document management applications; and the release of sophisticated work flow and decision support tools. ' Unfortunately, in some areas, Kent's information technology has not kept up. Today, Kent relies on KIVA's permit tracking system and Hansen's Version 7 asset and work order management software. The KIVA software was originally installed over 10 years ago, relies on outdated technical architecture, and is no longer supported by the vendor. Although Hansen's Version 7 system offers a suite of integrated modules targeted for the local government environment, the system is currently not integrated to provide the functionality for both permitting and asset management; nor does it include the maintenance and facilities divisions of the City's Parks and Recreation, and Community Services Department. Over the past 10 years, much has changed at the City. Business needs have become more sophisticated and, in many cases, have outgrown KIVA's capabilities and Hansen's current configuration. As a result: ♦ Shadow systems and manual processes have proliferated across the City ♦ Issues surround redundant data entry and silos of information ♦ Data cannot be reviewed in real-time 1 i CONSULTANT SERVICES AGREEMENT - 7 (Over $10,000) i Fundamentally, staff encounter functional gaps and usability issues which force them to rely heavily on inefficient, labor-intensive procedures. In response, departments have developed unique business processes for many 'shared' activities, presenting a barrier j to the City's achievement of its goal to standardize permit, asset and work order management operations. In addition, Kent wants to move to single system to handle permitting and asset management, which requires tracking outcomes and results associated with budget expenditures both internal and external to the City. Finally, the f City would like to explore options for automating customer relationship management, particularly as it looks to re-automate business functions that involve numerous customer contact points. Kent is not sure that, even with investment, Kiva and Hansen are up to the task. Correspondingly, the City would like an outside consultant to finalize requirements and support the procurement efforts for a replacement system. At a minimum, the City would like the consultant to address the following list of critical business needs for a new permit, asset, and work order management system: • Asset management • Permitting • Comprehensive planning • Plan review • Code developmentlenforcement • "Planning and/zoning f • Crew scheduling • Project tracking • Customer relationship • Property history J management • Public outreach reporting • Fee calculation • Research and analysis • Inspections (all types) • Work orders • Inventory . Workflow automation • Job costing • .Licensing By acquiring a system that meets these business needs, the City will obtain a variety of i benefits, including accurate service unit costing, streamlined development-related processes, expanded economic trend analysis, simplified fee payment processes, improved asset reliability, increased asset life, efficient reporting, and improved public disclosure. Overall, the City seeks consulting assistance to: ♦ Determine core permit, asset, and work order business requirements ♦ Define the role of customer relationship automation I ♦ Identify opportunities to improve business processes ♦ Research the marketplace for potential software solutions ♦ Provide cost estimates suitable for budgetary guidance ♦ Develop an RFP ♦ Define evaluation criteria ♦ Facilitate vendor demonstrations ♦ Assist in the selection of the best solution ♦ Optionally, support contract negotiation with the apparently successful CONSULTANT SERVICES AGREEMENT - 8 (Over$10,000) vendor(s) I I I I i CONSULTANT SERVICES AGREEMENT - 9 (Over$10,000) PTI's work plan will directly address these needs—and more. In addition, because we are an independent consulting firm that does not provide implementation services, our work is not biased by vendor relationships. You can be confident our services will result in the most appropriate outcome for the City. Overall, our extensive experience providing similar services means that PTI can help the City efficiently identify systems that offer the best fit with your needs and budget. Project Approach & Methodology PTI will use our proven systems procurement approach as a foundation for the project. Per your RFP, we present our proposed scope of services organized by the following phases: ♦ Phase I —The System Selection Project Plan System Selection Requirements ♦ Phase I I—Requirements Definition Project Plan Definition ♦ Phase III —RFP Creation and Distribution ) ♦ Phase IV—Proposal Evaluation and Proposal RFP creation } Recommendation Evaluation and and Distribution Recommendation The remainder of this section describes each major phase and the associated tasks in more detail. Phase I — The System Selection Project Plan This phase develops an approved project plan and handles all engagement logistics and project management. To initiate the work, PTI conducts a project kickoff meeting with the City's project steering committee and project core team members to identify salient project objectives. We evaluate each objective using the SMART criteria to ensure that it is Specific, Measurable, Agreed-upon Realistic, Measurable, and Timely. We also define a scope statement to show project boundaries as well as address relevant items that may not have been previously considered. PTI will present the City with a detailed work plan that defines the project team, associated roles and responsibilities, a proposed project schedule and key milestones. f We provide a task-by-task breakdown for phases 2, 3, and 4 of the project, indicating I deliverables, and resources used, and associated timelines (e.g., start dates, finish dates)for each task. We also provide the City a proposed budget for each phase of the project. Our project management is guided by a "no surprises' philosophy. We understand the critical importance of accountability, early issue identification and resolution, worst case scenario analysis, and contingency planning. We also emphasize client partnership. We understand the need for the City to be completely informed at every step of the project so that by the time a deliverable is distributed there are absolutely no surprises. PTI's project manager and lead consultant have led literally dozens of public sector engagements to successful conclusions for over 16 years. We have evolved a methodology that emphasizes development of governance and communication processes as part of the"getting started" activities. You will find us attentive to both the big and the little things—ensuring that our projects start smoothly and are run in a professional manner. 1 CONSULTANT SERVICES AGREEMENT - 10 (Over$10,000) l Perhaps the most important measuring stick by which to judge a management consulting firm's project management success are results—the ability to effect positive change in organizations. In this regard, our past clients may serve as the best testament to the efficiency of our internal controls. We urge you to keep this factor in mind when checking our references. Phase II — Requirements Definition Our work plan builds on the requirements work completed to date using a series of workshops with subject matter experts from impacted functional disciplines. Based on this work,we will finalize both functional and technicaVinterface requirements for permit, asset, work order management, and customer relationship management systems within the City. This phase also identifies potential vendors and finalizes the overall evaluation process, including assigning weights to the various components (e.g., proposal, cost, demonstration) of the vendor offerings. Phase III RFP Creation and Distribution These tasks develop the draft and final request for proposals. Over the course of many engagements,we have refined a,f nns-based approach to RFP development. This 'I approach has several distinct advantages: ♦ Our clients can easily "pick and choose" from a menu of pre-defined requirements, allowing them to concentrate development efforts on those few requirements that are truly unique to them ♦ Vendors can quickly and clearly respond to the RFP, resulting in more responses with fewer administrative errors ♦ Responses are consistent across vendors, greatly simplifying evaluation ♦ The forms are designed with scoring tools in mind, taking some of the pain out of the scoring process To save money and meet the City of Kent's time frame for developing the RFP, we intend to leverage related efforts to date, building the RFP from our pre-existing forms. Our objective is to offer an approach to finalizing the RFP that doesn't `reinvent the 4 wheel"—a methodology that validates and revises our prior procurement work with your knowledgeable staff to ensure the best solution to meet the City's needs. We believe that this forms-driven approach will allow us to focus on the City's business needs, rather than on the construction of a document. This phase also uses break-out session to develop script outlines and uses PTI staff to write the associated scripts, laying the groundwork for vendor selection in the next phase. Phase IV — Proposal Evaluation and Recommendation With these activities, we assist the City in selecting a vendor— based on the response that best meets your business needs. PTI takes a "show-me" stance toward vendors' performance claims by utilizing scripted product demonstrations to establish which package can best address the City's requirements. With this method, our clients can focus on a product's real-world functionality rather than guessing about an application's capabilities based on vendor-led, "dog-and-pony show"demonstrations. i CONSULTANT SERVICES AGREEMENT - 11 (Over$10,000) I Our familiarity with the entire vendor selection process provides several benefits to the City: ♦ Use of a structured evaluation approach and related scoring tools provides an"apples- to-apples"vendor comparison and avoids challenges or protests to the procurement outcome ♦ PTI's guidance during proposal review gives the City a realistic basis for estimating costs and timelines—and an idea of which vendor claims ought to be taken with a grain or bucket of salt ♦ We know the process steps that are most likely to be bottlenecks, and we will suggest ways to keep the procurement on track To ensure a consistent, timely, and thorough evaluation of the finalists, one of PTI's consultants will moderate all of the product demonstration sessions. Key activities for the Procurement Assistance phase include: ♦ Creating scoring and evaluation tools ♦ Assisting the City with the vendor pre-bid conference and with evaluations and selection logistics ♦ Performing a total-cost-of-ownership analysis ♦ Scoring vendor proposals ♦ Identifying up to three finalist vendors who will be invited to conduct demonstrations ♦ Facilitating the product demonstrations { ♦ Facilitating selection of the preferred vendor ♦ Assisting with contract negotiations (optional) Note that PTI will bring an extensive set of ready-to-use templates to this effort to support the cost analysis, demonstration script development, and scoring activities. PTI also brings extensive contract negotiation experience to our procurement practice, including, if desired, template contracts for both license and maintenance agreements and implementation services. The latter documents will enable the City to start from a position of strength in the negotiations, rather than fighting an uphill battle against contracts intended to protect the vendor's interests without regard for the City's risks. Should the City choose to use us for this service, we will help ensure that: ♦ The City's perpetual right to the software license is adequately protected 1 ♦ Vendor implementation services responsibilities and deliverables are clearly defined ♦ The vendor's implementation team is appropriately skilled ♦ Implementation costs are controlled ♦ Maintenance costs are predictable ♦ Payment terms provide performance incentive to the vendor I CONSULTANT SERVICES AGREEMENT - 12 y (Over$10,000) l I Ili i " I I i 1 I i l CONSULTANT SERVICES AGREEMENT - 13 (Over$10,000) I PTI offers senior-level expertise in the crucial task of developing contracts with the selected vendor. We represent— and protect—the City's interests in these negotiations to avoid hidden pitfalls, mitigate risk, and ensure that the City receives the best value for its money. Task Descriptions This section presents summary descriptions of each individual task outlined in our proposed project work plan, organized by phase. Phase I - System Selection Project Plan Consulting Services j These tasks provide management direction and ensure the overall quality of the services provided to the City. system Selection Requirements PM.1 Manage Project Definition Project Plan This task incorporates the effort required for PTI to manage the engagement and to perform associated quality assurance. It includes handling project logistics Proposal RFP Creation and communications, along with refining the work plan Evaluation and Recommendation and st[ibution and approach as necessary. As part of this task, PTI 1 will provide the City with a finalized project schedule, goals,milestones, staffing allocations, task descriptions, and deadlines for deliverables. PTI submits monthly narrative progress reports to keep projects on schedule and manage risk. These status reports identify issues and risks and propose mitigation steps as necessary. We also develop agendas and necessary materials for all project meetings and I workshops. ! 1.1 Conduct Project Kickoff This task introduces the key project participants from PTI and the project's steering committee, confirms the project's objectives, addresses project logistics, reviews the work plan and approach, and identifies important next steps. It also reviews the decision- making structure for the project. We frequently end the kickoff meeting with a I brainstorming session intended to identify key elements of a future vision for the I organization's new systems and associated business operations. 1.2 Conduct Interviews PTI will conduct up to twelve (12) one-on-one interviews with senior management from across the City to discuss business priorities, identify critical requirements, surface process considerations and potential solutions, and highlight major opportunities for the system replacement effort. Phase II — Requirements Definition 2.1 Finalize Functional Requirements system Requirements Selection JDefinnitio We will conduct up to sixteen (16)focus groups Project Plan comprised of 10-15 stakeholders in each two-hour session, including representatives from all key departments. These sessions with City subject Proposal P Creation experts SMEs will examine current Evaluation end and matter ex f ) Recommendation Distribution I1 business practices and business impacts, and ultimately define the required functions for the new CONSULTANT SERVICES AGREEMENT - 14 (Over$10,000) 1 system. The focus groups are designed to augment the interviews by identifying detailed requirements based on pre-defined templates that PTI will provide to the City. The templates include candidate requirements that the City can augment or delete as needed. We will, of course, leverage requirements work already completed by the City. We will collaborate with the City's leadership to compose the groups, likely using major community development and public works business activities (e.g., plan review, inspection, scheduled maintenance) as anchor points. Group(s)will also be conducted to ensure that customer relationship management needs are met. This work will also establish the computing platform, network, database, and key interface requirements required for the procurement. These requirements will suitably support either a hosted solution or an application managed in-house. We believe that a high level of stakeholder involvement will help pave the way for a successful financial management system implementation project. Accordingly, we can add interviews or focus groups to the scope if the City would like us to include an even broader set of stakeholders. 2.2 Finalize Technical and Interface Requirements We will conduct up to four (4) interviews with IT staff. This task assesses the existing and planned technical environment (e.g., servers, software, licenses, user seats, processing volumes, etc.) related to permit and asset management automation at City sites. We will also assess critical system interfaces, security, mobile/field capabilities, and support requirements, as applicable. 2.3 Identify and Contact Potential Vendors PTI will research permit and asset management systems currently available in the marketplace— including software developed by Hansen/Infor, CSDC, Maximo/IBM, and Accela—just to name a few. We will look specifically at the degree of"fit" between the City's identified needs and available automation. We also will leverage any prior work the City has performed in this area —as well as PTI's experience on several recent and relevant projects. This research helps identify likely cost ranges and service levels, and it ensures that the City's requirements are aligned with market reality. 2.4 Conduct Vendor Evaluation Criteria/Process Workshop To prepare for vendor selection PTI conducts a workshop in which project steering committee members agree on the process—including the specific scoring criteria and weights—for winnowing the list of RFP respondents to three clear finalists. Based on the results of this workshop, PTI develops Excel-based tools for the City's use in scoring the proposals. Through this workshop, PTI will also help establish the roles and responsibilities of all participants in the evaluation process. We will facilitate agreement on the timing of each evaluation activity, the mechanics of ranking the responses, and the logistics of reference checks, site visits, demo scheduling, and other administrative issues. CONSULTANT SERVICES AGREEMENT - 15 (Over$10,000) Phase III — RFP Creation and Distribution 3.1 Develop Draft Systems RFP System Rey€€•enoc.r:s Selection pefirsttof7 Our team incorporates the requirements definitions Project Plan from the RFP development phase into a draft version of PTI's proven, forms-based RFP. We will adapt our forms as needed to fit within the City's Proposal RFP Creation preferred RFP template. We will work directly with Evaluation and and Recommendation City purchasing to ensure the RFP conforms to Distribution organizational standards and deliver the document in draft form for review by key City stakeholders. 3.2 Develop Final Systems RFP PTI incorporates comments and feedback from the previous task and makes the necessary revisions to release the RFP for response. 3.3 Conduct Demonstration Script Workshop Demonstration scripts are business-based scenarios that exercise each important function of the new system. PTI consultants will work closely with City subject matter experts in up to six, 90-minute sessions to develop script outlines that are meaningful and at the appropriate level of detail. PTI has found that scripted demonstrations offer the most effective means for separating vendor hype from software product reality. Unlike some of our competitors, we do not provide a set of generic scripts to the vendors. Only the top finalists will demonstrate their products using these scripts. 3.4 Develop Demonstration Scripts To improve consistency and leveling, PTI develops the scripts, producing final versions based on the content outlines. Our work ensures that the scripts are on target. We deliver a set of cogent demonstration scripts to support the procurement process. Once the scripts are finalized, PTI creates an Excel-based scoring tool for the City staff to use during the demonstrations. We've included a sample demonstration script from a previous engagement on the following page. CONSULTANT SERVICES AGREEMENT - 16 (Over$10,000) Sample Demonstration Script Script#11: Asset Management Core requirement activities: • Enter new asset information • Link assets to facilities • Attach assets to other assets (e.g., pump to pipe) • Assign maintenance schedules • Attach relevant documentation Assumptions/Set up information Pump Station 12 is a new pumping station and is complete except for the two pumps it houses —Pump A and Pump B. The District shares the cost of the pumps with Clearview, another local utility district. The building and pipes are all owned by Alderwood. Activity 1: Expected Results: • Acquire two identical water pumps • Accepts Pump A information, including: (Pump A and Pump B) o Model number o Serial number o Installation date(today) o Warranty period o Sub-components/assets (e.g., motor, seals) o Cost($50,000 each) o Service life (10 years) o Depreciation timeline (5 years) o Service interval (annually) • Copies Pump A information to Pump B in non-key fields Activity 2: Expected Results: • Assign 50% ownership to Clearview • Allows multiple owners with varying District ownership stakes Activity 3: Expected Results: • Attach/associate pumps to Pumping . Shows attached assets in GIS and asset- Station 12 specific views • Associate pumps with adjacent pipes (pipe Alpha for Pump A and pipe Beta for Pump B Activity 4: Expected Results: • Assign Pump B a weekly inspection • Allows weekly inspection scheduling with a schedule set priority level • Assign the inspection a"normal' priority level 3 CONSULTANT SERVICES AGREEMENT - 17 (Over$10,000) Activity 5: Expected Results: • Assign Pump B two preventive • Allows multiple preventive maintenance maintenance tasks on varying tasks on the same asset with varying schedules: schedule drivers and priorities o Change oil after 2,400 operating hours o Replace seals after pumping 1 million cubic feet of water • Assign the change oil task an"above normal" priority(level 2) .- • Assign the replace seals task a "normal" priority(level3 Activity 6: Expected Results: _ • Attach important documentation, • Allows multiple attached documents including: _. o SOWs for pump maintenance and replacement ► o Manufacturer specifications o Warrant Activity 7: Expected Results: • Navigate to Pump A's asset information • Successfully navigates to Pump A's asset screen from initial log on screen using screen utilizing three or more methods — various methods: • Displays information entered in Activity 1 o GIS drill-down beginning with facility • Shows sub-components (e.g., pump motor) (Pump Station 12) o Keyword search o Asset number Activity 8: Expected Results: • Open Pump A warranty document • Successfully opens warranty document Phase IV— Proposal Evaluation and Recommendation 4.1 Facilitate Vendor Pre-Bid Conference PTI supports the City staff in facilitating and System Selection Requirements moderating the pre-bid conference, keeping Project Plan Definition vendors informed about the procurement structure and process, and responding to vendor questions. The objectives of this task are to minimize Proposal m RFP Creation and Distribution procurement delays, manage vendor expectations, Evaluation and Distribution and maximize the number of qualified responses. Recommendation 4.2 Conduct Proposal Scoring Workshop PTI will conduct a workshop with the City evaluation committee and project team to establish the roles and responsibilities of all participants in the evaluation process. We will review the defined evaluation process and criteria. We will agree on the timing of each evaluation activity, the mechanics of ranking the responses, and the logistics of reference checks, site visits, demonstration scheduling, and other administrative issues. 4.3 Develop Scoring Tools In this task, PTI will create demonstration, RFP, and overall scoring tools used to aid evaluation of the ERP vendor candidates. We've included the following sample scoring CONSULTANT SERVICES AGREEMENT - 18 (Over$10,000) I Activity 5: Expected Results: • Assign Pump B two preventive • Allows multiple preventive maintenance maintenance tasks on varying tasks on the same asset with varying schedules: schedule drivers and priorities o Change oil after 2,400 operating hours o Replace seals after pumping 1 million cubic feet of water • Assign the change oil task an "above normal" priority(level 2) • Assign the replace seals task a "normal"priorlt level3 .. Activity 6: Expected Results: • Attach important documentation, • Allows multiple attached documents including: o SOWs for pump maintenance and replacement 4 o Manufacturer specifications o Warrant Activity 7: Expected Results: • Navigate to Pump A's asset information • Successfully navigates to Pump A's asset screen from initial log on screen using screen utilizing three or more methods various methods: • Displays information entered in Activity 1 o GIS drill-down beginning with facility . Shows sub-components (e.g., pump motor) J (Pump Station 12) o Keyword search o Asset number Activity 8: Expected Results: • Open Pump A warranty document • Successfully opens warranty document Phase IV— Proposal Evaluation and Recommendation , 4.1 Facilitate Vendor Pre-Bid Conference PTI Supports the City Staff in facilitating and Selection Requirements moderating the pre-bid conference, keeping Project Plan Definition vendors informed about the procurement structure andprocess, and responding to vendor questions. The objectives of this task are to minimize Proposal RFP Creation procurement delays,manage vendor expectations, Evaluation and and Distribution 1 and maximize the number of qualified responses. Recommendation 4.2 Conduct Proposal Scoring Workshop PTI will conduct a workshop with the City evaluation committee and project team to i establish the roles and responsibilities of all participants in the evaluation process. We will review the defined evaluation process and criteria. We will agree on the timing of each evaluation activity, the mechanics of ranking the responses, and the logistics of reference checks, site visits, demonstration scheduling, and other administrative issues. 4.3 Develop Scoring Tools In this task, PTI will create demonstration, RFP, and overall scoring tools used to aid evaluation of the ERP vendor candidates. We've included the following sample scoring CONSULTANT SERVICES AGREEMENT - 18 (Over$10,000) } 1 I tools from previous engagements. Note that reference checks have not yet been scored in the sample. Sample Overall Scoring Tool Vendor WeightCategory Vendor VendorB •duct Demonstrations 40 29.72 25.59 -Pro 24.03 18.13 Pro osaI Scores 25 17.39 18.28 12.92 17.07 Total Cost of ownership 2ul 1 i.t;tl 1 txwl 20.001 17.13 Reference Checks 1 151 0.001 0.001 0.001 0.00 I Solution Simplicity10 7.65 7.75 6.50 5.75 Scaled to highest values per category Vendor jCategory =,ght Vendor A Vendor B VendorC Vendor D ll Product Demonstrations 40 40.00 35.88 34.31 28.42 FSD Scores 25 24.12 25.00 19.64 23.79 Total Cost of Ownership20 17.67 15.63 moo 17.13 Reference Checks 15 0.00 0.00 0.00 0.00 Solution Sim licit 10 9.90 10.00 8,75 8.00 Sample RFP Scoring Tool VendorQualdicaticns 72.72 77.39 48.56 9972 ImplernentationApproach C9.50 7033 52.56 710C Maintenance and Support W.22 75.56 50.06 70.39 Technical Architecture 72.11 74,00 70.33 66.22 Specific Questicns 65.33 68.28 36.89 65.00 Overall Score 347.89 j5 56 25839 34133 =<.CategoN;weig�%ted Score ,: � 17+39 I,Y ,,.2„8 '12, 2 1 t7=07 :Scaled-Weiyti:etl Sao a ;f 12 t SDO; 1Q „tt23379 j 4.4 Develop Total Cost of Ownership hi this task, we analyze and forecast the requisite costs (suitable for budgeting purposes) for the software replacement-articulating one-time and recurring costs. We provide both low-end and high-end cost estimates to help inform future decision making. We will also document our major assumptions related to these estimates. PTI staff cost-normalizes the finalist responses, permitting an "apples-to-apples" comparison of the cost proposals. Cost proposals as submitted often need to be adjusted to account for differences in license counts, implementation labor assumptions, third-party software costs, etc. This data, along other criteria determined in the evaluation plan, will aid the project steering committee in evaluating the finalist vendors during product demonstrations. We provide a sample cost estimate on the following page. 4.5 Score and Summarize Proposals PTI will read and score up to eight (8) proposals, and provide a brief summary of each offering to City evaluators-including PTI's assessment of the proposed permit, asset, and work order management software system. This information will help internal evaluation of the proposals by providing the perspective of consultants with direct expertise in similar procurement efforts. CONSULTANT SERVICES AGREEMENT - 19 (Over$10,000) '. fN Vi .A Vi Vi 69 � %3 sA Yi H] Vi fA 4) I Vi .O N W C O �y N o _ y Y b O b Vl - Q M � O U'. o O d Z o� Y Y O O I` � <n S - - - ptdd- ai • aHm� A - 00 O O Vl O N Q t Ul to yi Vi Vi vi V Vi Vi Yf 69 d3 (A Vi O N O O g W q` N Q l' N f� � W •• � � � O Q H G � O_ W N z 0 ab Z O a o o _ Q o� a Hm G % ` a . `a Pk .n • _ _ .. O • aFm n _ U 4.6 Select Demonstration Participants After all evaluators have scored the proposals, we will conduct a workshop with evaluation committee to review scores and select up to four finalists. We work closely with the evaluation committee and purchasing staff to ensure a thorough and fair evaluation. Ultimately, PTI will collate all proposal scores using our proven tools, providing a simple means of disseminating the scores and doing "what if' analysis on the results. 4.7 Facilitate Vendor Discovery Session PTI facilitates onsite meetings that involve both key the City staff and representatives from finalist vendors. Discovery session(s) allow vendors to ask questions related to specifications, scripts, processes, technologies and environments. This process results in more infomied and responsive vendor demonstrations. It also provides the City with exposure to the vendor's staff and culture,which can be an important consideration in the selection process. 4.8 Conduct Vendor Demonstrations PTI utilizes the demonstration scripts to provide a consistent format for each vendor to demonstrate the capabilities of their system. PTI staff will be present for three-day demonstrations for up to four vendors. We will facilitate these demonstrations to ensure that they stay on schedule, provide a comprehensive test, and follow the scripts. 4.9 Finalize Selection We work closely with the project steering committee and the City executive staff to ensure buy-in and support for the winning vendor. Our quantitative tools will provide a simple mechanism for collating and adjusting scores and our expert facilitation ensures that the selection workshop results in an informed choice. 4.10 Construct High-Level Implementation Plan While the final detailed implementation plan will vary depending upon the specific vendor and solution selected, as well as the selected vendor's implementation methodology, PTI will develop a high-level project plan based upon implementation best practices and our extensive experience with similar implementations. We will use Microsoft Project to identify anticipated vendor deliverables, major city-related work tasks, and key project milestones. The plan will encompass project management and oversight activities (such as risk and issue management, communication and change management, and quality assurance) as well as implementation activities (such as gap analysis, detailed system design, configuration, data migration, interfaces, testing, training, go-live, and stabilization). We will work with the City to review and validate this plan. We have included a sample high-level implementation plan from a previous engagement on the following page. CONSULTANT SERVICES AGREEMENT - 21 (Over$10,000) r r m 1 n 09 E E a- b E�, E„�9 � EE3 m ng E o SEry s E a - o ww at�i c@N � o � �rns�� c E-EE E . Eao. Aa�$ a aE eE 'b WS�� nrv�n'E$'S.rv,Yy€ mc g°n.Q E f Ey'E r6'9 vS EESa NE aE xcEnn v�i y EffiEE 9ffi'ffiffi ��g� CE �ffiIIga� R y E EEE �Ec Ec C "a �sd�<.s... . s a »»»»» o 00 � � �afmNmmo Nr�v m .000 .boo m n� _ o QI E ai o oo3°d a o H �o....008`0�' 0�0" E d el E o-r g N ctl -8 E E Z V? g» c u se E o& W W E L E a C9 �yyyyyy V W�c �g E o ffi D VI o c 213 Q E � .$ .ffi a'qE cg W E E :N .� ry $ b w e E c u� 0 g lY Smu° E a E $�� SEA la LLJ 3smso q " Ec,E,ed SdE a 'g5 safl.�-_'sg mE. m N { Fq� EE n� �$ = m„mvo� E o _oEy „En a C o ma `cxeg n�ma� ',E > c Z r „ n. � €fig °aS�d �W �� mqE m ?o Q . `��€oso ° ogErc000$u o o" so8w'z �S wz_.�_cigc� oo omf . ar�tg��a�u%o aoarcui v`Yihuaf » m ma6°em»�'6e�in� n �nEmwmmmmmmmm ¢a wit} ' dam NN i wd m (n L Z j 0 O 4.11 Deliver Final Presentation PTI will prepare and deliver a presentation of our project accomplishments and present our high- level implementation plan to the City's management team. We typically target this presentation for an executive audience, although we can tailor it for other audiences should the City prefer. 4.12 Assist with Contract Negotiations (optional) i Upon selection of an apparently successful permit and asset management vendor, PTI will provide the City with senior-level expertise in the crucial task of developing a contract. We represent the City's interests in these negotiations to avoid hidden pitfalls, mitigate risk, and ensure that the City receives the best value for its money. PTI brings extensive experience negotiating software procurement and implementation contracts on behalf of local governments. As you can verify with our references, we represent the interests of our clients well—and consistently improve the standard language in the license, maintenance, and implementation services agreements associated with these engagements. Through this work, PTI has developed contract language intended to mitigate many of the risks inherent in standard vendor contracts. It may be worth noting that our overall approach to contract negotiation relies heavily on the mutual understanding and acknowledgement of the business reasons behind desired terms. If understanding and acknowledgement can be achieved, the task of developing acceptable language is greatly simplified. If we end up using the vendor's contracts as a starting point, PTI will provide useful contract language from numerous contracts that negotiated in the past. Our experience with some of the toughest players in the industry means that few vendor tactics come as a surprise to us. We believe our experience in contract negotiation and development offers considerable value to the City and differentiates us from many of our competitors. With our help, our clients consistently get contract concessions from vendors that, quite simply, are not routinely achieved by.other consulting companies. CONSULTANT SERVICES AGREEMENT - 23 (Over$10,000) - C_ L Y o E o C N Y N a) U)O E O a) t ' V _ ____.___._. _-_—_-- G O a) C C > U E T � 3 'p O) Q C O - a) C N a) o C E a) O U U N Y O O a) O a) N tyn y O a) '+_• +�-' 0 co y c (� a7 U,•C,, C y 0 .0 m "= c � E g atCL omvc Q) E � = g a o m > o y m r z C CA z > U o d -- o C) = a 0 y U N O -C O O d a O N N C N y -Cco -a V ,yam j � � Q) ao) y E Y E n� `—' S e N U = CO o U) a c 3 3 a » a jN m a m o o e is ;Ia ; m Q = a m e a a a :�is a a S .' l a 'D o a3 U aS U 'O N LL �3Ih u` g t- LL jI�F ILL LL ILL ii lu a3 N N (n V O C N Oa - N .y C co ._r_-. O a) Q Coco 'oy c _ o rm m � ; m 'mm 'gs �I,,la' aaaaS! a < e ➢ N QI,Q a Co d N o o co 8i o ° -I. .di O o u. a �° `o `o E m .0 co>> a) a) u) a) O.V E � � � � � � � 4=;��� � g 2 � 2!� c y F+" }+ V O 5` m m r " m S°. " >'~m a d E' a s �° a 71 o a o a v 0- A CL a) = U- ca y 'y+,' CO n n1N o N n Flo n n ^ ry Im N e m a N - m im Ian m N ry io m ~ N +. m :H a' Wflm � 7 OOG 0 � C LU () Uy CCU C E W y -O C "•a) ' N O c }i fl a)'O a) O) V) N U 3 E Sry c p, O O C a) .0 �a c c I E E o `o a d U) >> ui a) 'O y gIE F4 ki 6e $ in ° m H (h y0 C 3 U d O •V) a .O O. S= o O C i� cld pn° c a S n `S -' ` old d w fl z W -C `- O o- ,1F6 a) p ++ CO >. �' Y L �' a) E 'a ''� d Old P W LL i4 LL a LL O O J a O. V) U � Y O t. d d � 5�8 °q rc g rc S S o o = rc U i E b °o (n U � yo -pym — �,- � ,� ddm �� savde'cEvEAe ° Elol� aS 2i m U O n` _ E H y > o a y 6 0 ° O C . a) o •W O 'y 0 a a s 'p LL :�, N a �0 8 v m �a .h c J a7 Vl Oa y C O m 'O E y g cg ci w U o io u o a cg o & o!w (n ��iLL U ')R (Di O ENO y", _Cm d - ry a, - Iw aZ) am w < ! v N Q c 2 o m N d � f6 La O ] � > d Q f6 O_ N d e i -_ _ L __.__a ____.i i __L _- __ U 11 1 I L C N -v, Y �� O C o Y p U a — � L 0ff 0 y 0. d Z err_ � o W tp � Q O C o 0) O S I 0 cn m O V CL a o - rr N c E 'c C e o o m rn m m m m 0 m m m e m rn o 0 o m o 0 0 0 0 0 0 y R o o o Q o0 0 0 0 0 0 o M M m o m N m m m N OI m (0mn h niz � � mmm � rn °' °' o .c m .c �- V LL LL F LL LL LL LL LL LL LL LL LL LLLL LL LL 3 3 � LL �j ysm LL 3 � LL LL 6 L _ — 7 - O rn o 0 0 0 0 0 0 0 tz; < N N N N N N N N N O. � y m �0 3 m m m m m ��� � w � m m m m m o 0 o A a - n 2i 2 2 z � a fn L N Ln r 9 N T G w W v U z L L v m uj U r+ c K c LU 42 0 W v m m d o m v LL m E C U dp Z Z o 8 } EE u' Z c i U o U(n O N C o o "- 'y' w a; U ,7i� E °rn d' (D O 4 c y v v v Y� c a a a` N n m 0 ^' v ✓ N v a E w mLu L O C c Q a v v a m m ^' m u v o `o 0 2 LaL 0 v yn i w m m m cw> oiLn boo � a � z m y > Nvcj zO •� m ry O m o 0 0; o 0 o K > ; o � Y'i > i Ta @ � y v 15 c ¢ O u > d v m v a m . O y f N ., K O O O a 0 0 0 y tJ O LL tJ m U W tJ LL y m N N N n m rn y m In L = N (/I me O ; p0„ N a m —I I I-1-- is I_ _ — (J Lessons Learned The following briefly summarizes some lessons learned from similar engagements. Take a `show me' approach to evaluating software functionality: Laundry lists of requirements at best represent a blunt instrument for differentiating products, particularly as vendors often take an optimistic view of their software's capabilities. Customized, scripted demonstrations are worth the effort—and provide the best basis for comparing product fit with your needs. The proposed team makes or breaks the implementation: The knowledge, skills, and abilities of the proposed implementation staff will largely determine the success of the implementation project. Require the vendors to propose a specific team, and to commit to providing key staff from that team to the project. Check references for those key staff as part of the proposal scoring process. Don't force vendors into partnerships: An asset management and a permitting vendor may team to bid two best of breed products as a solution. Evaluate them as a team,but, if they win, enter into separate implementation contracts. Requiring one vendor to accept the risk of another vendor's performance will make for a difficult contract. There is no "phase 2": Get the entire project funded up front if possible. Components and capabilities deferred to "phase 2" frequently end up sitting on the shelf forever. Evaluate total cost of ownership: Use a 10-year total cost of ownership, including estimated hardware refresh and internal support labor expenditures, as the basis for vendor cost comparison. This approach gives operations and maintenance costs a more representative role in the price comparison. Don't pave over the cow paths: Reengineer your business processes as part of the implementation, taking full advantage of the software's capabilities—including work flow (if available). This requires an active change management program and designation i of some budget for reengineering. Vendor implementation staff may be able to help with this, but it likely will not be a strong skill set for them, so count on providing it through other means. Don't sugarcoat reality for the end users: The product(s) won't be perfect and it's likely that some business processes may even be more cumbersome with the new software. The implementation will be a lot of work and there will be issues. Communicate clearly and openly and keep expectations managed to avoid a a post- implementation"trough of disillusionment." Use professional project management for the implementation: This will be a large, high-visibility project—and software implementation project management is a specialized skill set. Assign a qualified project manager to run the project on behalf of the City, even if you have to contract with a third party for the expertise. Bring YOUR contract language to the table: Vendor license,maintenance, and implementation services contracts often do little to protect your risks. Stand firm in negotiating contracts that protect your interests. I CONSULTANT SERVICES AGREEMENT - 26 (Over$10,000) i Consulting Team The quality and experience of our staff differentiates PTI from our competitors. When you hire PTI,you are hiring more than just the qualifications of the firm—you are bringing to the project the very individuals who have crafted PTI's software procurement methodology over the years and possess the specific experience utilized in similar engagements. Mike Silverman and Dan Borgen, PTI's co-owners—and our proposed project manager and lead consultant, respectively, are experts in municipal software systems procurements, including numerous IT needs assessments, and strategic IT planning engagements. They both played key roles on every engagement cited in our proposal. In addition, the other members of our proposed team have worked on I numerous similar engagements for local government. Our proposed team members possess strong facilitation skills, broad technical understanding, and keen analytical ability. They have worked together on many relevant projects, including a host of permit and asset management systems procurements and needs assessments. We will arrive prepared to go to work, armed with our unique set of analysis tools—enabling us to "hit the ground running" and make the most effective use of the City's time and resources. The following graphic portrays our proposed consulting team, including our project manager and key staff members. The project manager will serve as PTI's primary management contact to the City. ProjectMike Silverman .- Dan Borgen Nicole Simpkinson Tracie Jacinto LeadSenior Consultant Consultant The following presents an overview of the personnel assigned to this project. Please see Appendix A for complete staff resumes. Mike Silverman — Project Manager Mike Silverman, one of Pacific Technologies' co-chief executive officers, will serve as project manager on this engagement. Mike is a seasoned IT professional with over 20 years of IT experience spanning an extensive background in requirements analysis, systems procurement, strategic planning, and group facilitation. His background also includes software development, technical architecture specification, and management of software development projects. Mr. Silverman is an analytical, practical planner who is solutions-oriented. His hands-on approach and straightforward thinking helps clients CONSULTANT SERVICES AGREEMENT - 27 (Over$10,000) 1 develop cost-effective solutions that have a history of being implemented and delivering value. Mike will serve as project manager for this engagement. In this capacity, he will be responsible for: ♦ Managing the day-to-day project ♦ Managing the scope of the project work ♦ Developing and reviewing ♦ Facilitating workshops deliverables ♦ Tracking progress and reporting ♦ Ensuring conformance of the work to project status contract requirements ♦ Coordinating task assignments ♦ Meeting the City's performance within the team expectations He will also play an important role in all project activities, including conducting interviews and focus groups, leading workshops, and assisting in overall development of the project's recommendations and selection of a software vendor. His contract negotiation expertise will help ensure that the City's interests are effectively protected, as his references will attest. He has served as either project manager or lead consultant on a host of relevant IT systems procurement engagements and IT needs assessments. His articles on technology-related topics have appeared in Computerworld, and the Seattle Daily Journal of Commerce. Representative Projects Procurement Assistance ♦ State of Alaska ♦ City of Kirkland,WA ♦ Alderwood Water and Wastewater District,WA ♦ City of Portland, OR ♦ City of Annapolis, MD ♦ City of Tacoma,WA ♦ City of Bellevue, WA ♦ City of Vancouver,WA ♦ Citv and Borou h of Juneau, AK ♦ West Basin Water District ,CA Needs Assessments/Feasibility Studies ♦ City of Boise, ID ♦ City of Kirkland, WA ♦ eCityGov Alliance, WA ♦ City of Merced, CA ♦ City of Fresno,CA ♦ San Diego County Water ,CA ♦ City of Gresham, OR ♦ Snohomish County,WA ♦ City and Borou h of Juneau, AK ♦ City of Vancouver,WA Sourcing/OrganizationalIT ♦ State of North Dakota ♦ Washington State House of ♦ City of Sunnyvale,CA Representatives ♦ City of Bellevue, WA ♦ Kin Count WA IT Strategic Plans ♦ State of Alaska ♦ Metropolitan Water District(CA) 1 ♦ City of Annapolis, MD ♦ County of Orange (CA) ♦ City of Bellevue, WA ♦ Port of Los Angeles (CA) ♦ City of Boise, ID ♦ City of Pasadena, CA ♦ City of Bothell, WA ♦ City of Redmond, WA ♦ City of Boulder, CO ♦ City of Roseville, CA ♦ Clark County(WA) ♦ City of Scottsdale, AZ ♦ Deschutes County(OR) ♦ City of Seattle,WA ♦ City of Fresno(CA) ♦ Snohomish County(WA) ♦ Los Angeles County, CA ♦ City of Vancouver,WA ♦ Cit of Lon mont, CO ♦ Washoe Count NV Total Cost of Ownership Studies ♦ King County (WA) ♦ City of Portland, OR I CONSULTANT SERVICES AGREEMENT - 28 (over$10,000) i i i CONSULTANT SERVICES AGREEMENT - 29 (Over$10,000) Education ♦ Master of Science, Business Management— Rensselaer Polytechnic Institute ♦ Bachelor of Arts, Double Major in Religion and Psychology— Princeton University Presentations/Rou ndtables ♦ "Practical Tips for IT Planning and Performance Measures" —Association of County ' and City Information Systems (ACCIS) Conference, 2008 ♦ "Demonstrating the Business Value of IT" —Municipal Information Systems Association of California (MISAC) State Conference, 2008 S ♦ "IT Planning: Dollars and Sense'— Central California Chapter of the Society for Information Management ♦ "Technology Acquisition Made Simple"—Transforming Government Through Technology National Conference ♦ "Leaders Take on Technology Issues'—Association of Washington Cities Annual Conference Dan Borgen — Lead Consultant Dan Borgen is also one of PTI's principals and co-chief executive officers and has been with the company since it was founded over 16 years ago.He will serve as the lead consultant on this engagement, and his primary responsibilities will include: ♦ Conducting interviews ♦ Participating in meetings and ♦ Facilitating focus groups and workshops . workshops ♦ Developing findings and ♦ Reviewing analysis of functional recommendations and technical/interface ♦ Providing quality assurance on all requirements deliverables ♦ Reviewing demonstration ♦ Delivering the final presentation } scripts, scoring tools, RFPs, l vendorresponses Dan is a seasoned IT professional with over 20 years of experience spanning an extensive background in technology acquisition, strategic systems planning, and group facilitation. He has also served as a featured speaker at local, regional, and national conferences related to public sector IT planning and software procurement. Prior to becoming a co-owner of PTI, he helped establish and lead Deloitte& Touche's Pacific Northwest systems planning practice. Overall, Mr. Borgen is a creative thinker with a history of helping clients arrive at innovative, cost-effective solutions that make sense, get implemented, and deliver positive results, 1 I CONSULTANT SERVICES AGREEMENT - 30 (Over$Z 0,000) I Representative Projects Procurement Assistance ♦ State of Alaska ♦ City of Kirkland,WA • Alderwood Water and Wastewater District,WA ♦ City of Portland, OR ♦ City of Annapolis, MD ♦ City of Tacoma,WA ♦ City of Bellevue,WA ♦ City of Vancouver, WA i ♦ City and Borough of Juneau,AK ♦ West Basin Water District, CA Needs Assessments/Feasibility Studies ♦ City of Boise, ID ♦ City of Kirkland,WA ♦ eCilyGov Alliance,WA • City of Merced, CA ♦ City of Fresno, CA ♦ San Diego County Water, CA ♦ City of Gresham,OR ♦ Snohomish County,WA ♦ City and Borough of Juneau,AK v Cltv of Vancouver,WA 'ISourcing/Organizational ♦ State of North Dakota ♦ Alderwood Water and Wastewater District(WA) ♦ City of Sunnyvale, CA ♦ Washington State house of Representatives ♦ City of Bellevue,WA ♦ King Count WA IT Strategic Plans ♦ State of Alaska ♦ Metropolitan Water District, CA ♦ City of Annapolis,MD ♦ County of Orange, CA ♦ City of Bellevue,WA ♦ Port of Los Angeles, CA ♦ City of Boise, ID ♦ City of Pasadena, CA ♦ City of Bothell,WA ♦ City of Redmond,WA ♦ City of Boulder,CO ♦ City of Roseville, CA ♦ Clark County,WA ♦ City of Scottsdale,AZ ♦ Deschutes County,OR ♦ City of Seattle,WA ♦ City of Fresno, CA ♦ Snohomish County, WA ♦ Los Angeles County, CA ♦ City of Vancouver, WA ♦ City of Lon mont,CO ♦ Washoe Count , NV Total Cost of Ownershilp Studies ` ♦ King County,WA • City of Portland, OR Education ♦ Master of Computer Science course work—The City College of New York, 1982 ♦ Bachelor of Music— Manhattan School of Music, 1979 Presentations/Rou ndtab les "Practical Tips for IT Planning and Performance Measures"—Association of County and City Information Systems (ACCIS) Conference, 2008 "Demonstrating the Business Value of IT"— Municipal Information Systems Association of California (MISAC) State Conference, 2008 "IT Planning: Dollars and Sense"— Central California Chapter of the Society for Information Management, 2004 "Technology Acquisition Made Simple" —Transforming Government Through Technology National Conference, 2001 "Leaders Take on Technology Issues" —Association of Washington Cities Annual Conference, 2001 CONSULTANT SERVICES AGREEMENT - 31 (Over $10,000) t Nicole Simpkinson — Senior Consultant Experience Summary Nicole Simpkinson has over 14 years experience facilitating single and multi- jurisdiction technology initiatives for local government, specializing in general government, public safety, emergency management, transportation, natural resources, and health and human service agencies. Her background includes technology planning and implementation; quality assurance; feasibility studies; policy and program assessment and development; process improvement; and organizational design, development, and review. Nicole is a certified Project Management Professional (PMP) and an experienced facilitator and mediator. She also has been a featured speaker on strategic planning and government technology trends at regional association conferences. She is skilled in data and market analysis, survey design and analysis, trend and risk analysis, best practice analysis, strategic communications, facilitation, and outreach. Prior to joining PTI, Nicole served as principal for Isaak Associates in Puyallup, WA. 1 Nicole's experience includes work for the Washington State House of Representatives, King County (WA), Los Angeles County (CA), Orange County (CA), the cities of Bothell (WA), Redmond (WA), Vancouver (WA), and Boise (ID), and — prior to joining PTI —the states of Washington, California, Oregon, Alaska, Utah, and Montana. Nicole is an analytical, practical planner who is results-oriented. Her inclusive approach and personable style helps clients build consensus around solutions that work and get implemented. Nicole's primary responsibilities as senior consultant will include: ` ♦ Conducting interviews and facilitating workshops ♦ Reviewing cost-benefit analysis and evaluation of alternatives ♦ Developing findings and recommendations ♦ Providing quality assurance on all deliverables Representative Projects Procurement Assistance ♦ State of Alaska ♦ City and Borough of Juneau,AK ♦ Irvine Ranch Water District, CA ♦ City of Boise, ID ♦ Irvine Ranch Water District, CA ♦ eCit Gov Alliance,WA ♦ Kin Count DNRP,WA IT Strategic Plans ♦ City of Bothell,WA ♦ Port of Los Angeles, CA 1 ♦ Los Angeles County,CA ♦ City of Redmond, WA ♦ Coun!y of Orange, CA ♦ City of Vancouver,WA Sourcing/OrganizationalIT ♦ Washington State House of Representatives Education ♦ Master of Business Administration (MBA) (1999)—The Anderson School at UCLA, Los Angeles, CA. Public/Not-for-Profit Management and Management Communications. Graduated with Distinction. ♦ Bachelor of Arts (BA) (1994)— Claremont McKenna College, Claremont, CA. Policy & Organizational Studies/Sociology. Graduated Magna Cum Laude. CONSULTANT SERVICES AGREEMENT - 32 (Over$10,000) ♦ Certified Project Management Professional (PMP) (2000) Tracie Jacinto — Consultant Tracie Jacinto is a Staff Consultant at Pacific Technologies, Inc. As a staff consultant, Tracie performs a wide variety of tasks related to gathering and analyzing information, along with developing recommendations and projects aimed at improving business operations for PTI's clients. Tracie's systems procurement and needs assessment experience includes work for the Alderwood Water and Wastewater District (WA), City of Pasadena (CA), King County's Systemwide Enhanced Network Design Initiative, and business process mapping for the King County Sheriff's Office (WA). Prior to becoming a consultant at PTI, Tracie worked as a business systems officer and information management analyst for in the banking industry for the Wealth Management Group. Tracie led procurement efforts for enterprise wide IT systems for the division and facilitated business process improvement projects. She has also been employed by several military defense contractors including General Dynamics, Raytheon and FGM, I Inc. as a software developer. She is a highly analytical thinker with a history of stepping outside the box to achieve practical and positive results. ,I Ms. Jacinto will serve as a consultant on this project and will be responsible for: ♦ Leading focus groups ♦ Evaluating the current permitting, asset and worker order systems ♦ Developing viable alternatives ♦ Finalizing functional and technical requirements ♦ Conducting market research ♦ Costing alternatives ♦ Developing findings and recommendations ♦ Developing demonstration scripts ♦ Preparing deliverables and interim work products Representative Projects Procurement Assistance ♦ Alderwood Water and Wastewater ♦ State of Alaska District WA ♦ Irvine Ranch Water District, CA Needs Assessments/Feasibility Studies ♦ City of Pasadena, CA ♦ Seattle and King County,WA Department of Public In ♦ City of Redmond,WA Health ♦ City of Boise, ID sumrtlar '<_ • y,_the ♦ King County Sheriffs Office WA ♦ Los Angeles County CA quality of jea distinguishes us from our competition Vye offer an extremely experienced Eo Q,of¢ermitttng, atsset,Iand work order sof w' dre procurement specialists to tiie 0lty helping ensyre that:our work'succcssfU ly moves the organiz tliin forward Please also note that PTI doesnIt play the "bait and switch" garrte We fully intend ;' � o staff this engagement with the sensor level professiona[6'6t.esented in this Customer References CONSULTANT SERVICES AGREEMENT - 33 (Over$10,000) Per your RFP, the following tables present our professional references, along with a description of each engagement for a public sector organization, similar to the City's requested scope of services. We encourage you to contact our references. Client Reference#1: • • . eCityGov Alliance,;WA;. • • . • • • Local governmtent£ rtunict{ia! "Allan66 antl 1f$aartiapating' lt GOV.net 1 Citie £ £ H 33 £ 5y f • John Backman • ;, , City of Bellevue &eCityGov Alliance Executive Director P.O. Box 90012 Bellevue,WA 98009-9012 (425)452-7821; • • lbackman@cl.bellevue.wa.us Regional Permit System Replacement • . • • . April 2008—August 2008 1 Engagement Description: PTI assisted the eCityGov Alliance (WA)and 11 participating cities in developing a vision for regional permit management automation and analyzing attendant cost estimates for replacing existing systems. PTI identified critical business needs, conducted vendor research, and crafted four replacement scenarios. Utilizing our proven cost-benefit analysis methodology and tools, PTI identified 10-year cost estimates for each of the scenarios—including one-time procurement and implementation costs, recurring costs, and internal labor requirements.We worked in partnership with the project's steering committee to review findings and cost projections, develop criteria for selecting a preferred scenario, and identify key milestones and implementation considerations. 1 l l i l CONSULTANT SERVICES AGREEMENT - 34 (Over $10,000) I Client Reference #2: O Irvine Ranch Water District, CA L �tLt, • . . Watef Lit,I' L � > #YL I L 3 } t { Contact Name: Christopher Smithson Debby Cherney ContactAssistant Controller Director of Finance Address: 15600 Sand Canyon Ave. 15600 Sand Canyon Ave. Irvine, CA 92618! Irvine, CA 926181 P.O. Box 57000 P.O. Box 57000 Irvine, CA 92619-7000 Irvine, CA 92619-7000 Telephone: (949)453-5411 (949)858-3190 Email Address: smithson0irwd.com chernevtaa invd.com ProjectFinancial Management Needs Assessment and Enterprise Resource Planning(ERP)Feasibility Study Enterprise Resource Planning System Procurement Assistance EngagementNovember 2009—January 2010 Engagement Description: Irvine Ranch Water District(CA) engaged Pacific Technologies, Inc. (PTI) to conduct a financial management needs assessment and enterprise resource planning (ERP)feasibility study. PTI assessed the District's current AS/400 legacy system for financial management, human resource management, payroll, and utility billing and worked closely with the District's steering team to define a an ERP vision. PTI analyzed the comparative 15-year costs of enhancing the current system to meet the District's requirements and implementing a commercial off-the-shelf (COTS) replacement solution. Again, we worked closely with the District's steering team to select a preferred solution based on seven criteria, including strategic fit, functional capability, stakeholder acceptance, technical architecture, maintenance and support requirements, implementation duration, and cost. Finally,we developed for the District a phased implementation strategy. The District extended its engagement with PTI to assist IRWD with the enterprise resource planning (ERP) procurement effort. This effort culminates in a request for proposal document and final systems contract. 1 I CONSULTANT SERVICES AGREEMENT - 35 (Over$10,000) I Client Reference#3: • `Snohomish Couhty(WA) —Pjannmg and ,' Develgpment Seances' $110�1ot111S�1 Department {� County • . . .- Local GOVOrnTne '� 6 1It f 3) Ld: 11 County,Da' ki Qnt a € i Barbara Mock Business Process and Technology Manager • 3000 Rockerfeller Ave. M/S 604 Everett, WA 98201 (425)388-3311, Extension 2197 . . - Barbara.Mock co.snohomish.wa.us • Planning and Development Applications Strategic Plan • . - January 2006—March 2007 Engagement Description: This effort developed an application strategic plan for Snohomish County's Planning and Development Services Department (PDS). PTI conducted this exercise in partnership with PDS's project steering committee, which consisted of senior management and staff from each of PDS's divisions, employees, and customers. PTI supported the effort through project management, interviews,focus groups, and workshops involving a wide cross-section of PDS. Our team also leveraged information from the County's Department of Information Services, which provides development, support, and technical assistance to PDS. In addition, we analyzed documentation related to departmental IT f planning, policies and procedures, and application initiatives. Overall, this work provides Snohomish County PDS with a"blueprint"for future application investments, aimed at moving PDS toward an architecture that helps enhance PDS business operations and services—in concert with the overall County IT Plan. The document identified strengths, key issues, and major recommendations for the Department —which relies on CSDC's Amanda product to support its permitting needs. The work resulted in several major efforts for the Department, including: • Re-engineering overall PDS business processes, in coordination with installing the latest version of AMANDA • Enhancing interactive voice response (IVR) for more responsive, more efficient customer service from field inspectors • Strengthening GIS services by migrating to ArcView 9.1x, extending the environmental mapping study to the entire County, adding layers for enterprise-level use, and developing a strategic plan to maximize the utility and value of these and other GIS investments The project steering committee approved the recommendations, along with an associated project plan, and began funding the projects immediately. 1 I ' CONSULTANT SERVICES AGREEMENT - 36 (Over$10,000) Client Reference#4 • • . City.of Gresham, Oregon oe cry R p • • . • - LocalFGoverltment � g Municlp'a)ity{ c n i i i3 ISO Pam Butalla • Information Services Manager • • 1333 NW Eastman Parkway Gresham, OR 97030-3813 (503)618-2601 . . Butalla@ci.gresham.or.us . Permit Management Software Business Case . . . - • . - June 2003—September 2003 Engagement Description: PTI developed a business case for the replacement of Gresham's existing permit management systems. PTI conducted this exercise in partnership with the City and key representatives from the City's Department of Community and Economic Development and the Information Technology Division of the Department of Finance and Management Services. The work involved reviewing prior studies, validating critical requirements, performing market and cost research, and recommending a specific direction. We developed a ten-year total cost of ownership model in support of our recommendations, defined tangible and intangible benefits associated with the change,and examined funding mechanisms to cover both the capital and operating costs associated with a new application. The report identified key issues and automation objectives and also provided associated recommendations, along with preliminary cost estimates and related risks and benefits. Our work found that opportunities for improvement existed in permitting, licensing, land use and zoning, inspection, and code enforcement.To a lesser degree, fire safety,financial management, and reporting would also benefit from enhanced systems. To address these issues, we helped the City identify several objectives for a replacement application. PTI made a set of corresponding recommendations that revolved around procurement of a new, integrated permitting system that included Web access, and interfaces to geographic information systems (GIS)and interactive voice response systems (IVR). Subsequent phases were recommended to include licensing, extended Web functionality, and i field access. Our work led to the replacement of Gresham's custom-developed financial systems with an integrated package running in a mid-range environment. The package was procured within our recommended budget and has been in production since August 1999. As a sign of their confidence in our work, Gresham has engaged PTI several times since for similar assistance, including the land management automation needs analysis and a document management feasibility study. All of our engagements involved presentations to the City Council or its Finance sub-committee. i CONSULTANT SERVICES AGREEMENT - 37 (Over$10,000) The PTI Advantage We believe that several distinguishing factors make PTI the best choice for the City: Experience Collaboration Unlike some other consulting organizations, We work collaboratively with our clients when you hire PTI,you are not buying to identify the business priorities and "firm"qualifications—you're hiring the policy objectives that drive the need for real-world experience of the consultants technology. bid on this engagement. We invite stakeholder participation All of our work is led by senior,expert through individual interviews and focus staff,who can quickly assess issues,draw groups. Our team members are able to relevant conclusions,and keep a project on effectively interact with executive and the fast track, senior management, IT customers, technical We bring a unique set of proven analysis staff,and cross-functional workgroups. tools specifically geared for gathering We facilitate interactive workshops in requirements,developing RFPs, and each phase of our work to build projecting one-time and recurring software consensus and shared ownership around costs. key decisions. Our project management approach emphasizes client partnership and is guided by a"no surprises"philosophy. Successful ( Outcomes Our people are friendly,approachable,and easy to work with.We work closely with client resources and adjust our methods and approaches to match the culture, budget,and desired outcomes of our clients. In addition to gathering qualitative input,we support our recommendations with fact-based, quantitative data analysis and meaningful budget estimates. • PTI's overriding commitment to quality yields consistently satisfied clients who frequently contract with PTI on a recurring basis for critical work. As a result,our recommendations have an impressive track record of getting successfully implemented. ( ( CONSULTANT SERVICES AGREEMENT - 38 (Over$10,000) i Client Results Overall, the most compelling reasons for choosing PTI come directly from our clients. In their own words: "The PTI consultants have been an invaluable resource for The City and Borough of Juneau since 2005. What has impressed us and led to several contract renewals has been their significant experience in public sector software procurement and their superb communication skills.We are extremely pleased with the professional services that PTI has provided, and have no reservations about recommending them for other public sector entities." f —Rob Steedle Director, Allanagenient Information Systems (City and Borough of.Juneau, AK) I "I managed our contract with PTI throughout the two year procurement process, and was continually impressed with their staff's professionalism, honesty, and reliability. Their personnel worked well with our staff at all levels in the organization, and consistently delivered good quality products and services on schedule. The end result of this complex and challenging project was a very successful procurement,including accolades and broad support for system implementation." —Joan Waldrop Former City Project Manager (City of Tacoma) "PTI understood our needs and provided us outstanding guidance and service throughout the process. PTI serves its clients well as a resource, an advocate and an effective negotiator." 1 —Margaret Moggici Chief Financial Officer (West Basin Municipal Water District) "In my 37 years of working in finance, PTI's feasibility study report was the best cost-benefit analysis work I've ever seen." —Jeff Faw Chief FinancialOjficer•, City of Boise, ID "They not only know technology,they understand the organizational and business issues that can make or break a planning effort. We thoroughly enjoy working with the team from PTI." —Marty Chahoian,former Chief Technology Officer, City of Seattle, WA CONSULTANT SERVICES AGREEMENT - 39 (Over$10,000) VendorIV. Consulting . . I Consulting Vendor Authorization VENDOR AUTHORIZATION I, Mike Silverman, certify that Pacific Technologies, Inc. have reviewed the City's J Permit, Asset Management and Work Order Request Systems Replacement Procurement Assistance RFP for consulting services and responded to all required sections as directed in the RFP. This proposal constitutes Pacific Technologies, Inc. response to the City's Systems Procurement Assistance RFP. I further certify that I am authorized to negotiate for and contractually bind Pacific l Technologies, Inc. in all discussions with the City for the procurement of the consulting services as described in the City's Systems Replacement Procurement Assistance RFP. All contact with Pacific Technologies, Inc. should be direct to: Name: Mike Silverman Title: Co-Chief Executive Officer Address: 14711 NE 291h Place, Suite 216 Bellevue, Washington 98004 Telephone: (425) 881-3991 1 Fax: (425) 881-4244 Email: msilverman(o)pti-consultina.com Z .L Signed„ , ; � � !,;. > 1 Date x;k,: August 24,2009 i 1 CONSULTANT SERVICES AGREEMENT - 40 (Over$10,000) i ' CERTIFICATIONS AND ASSURANCES I/we make the following certifications and assurances as a required element of the proposal to which it is attached, understanding that the truthfulness of the fact affirmed here and the continuing compliance with these requirements are conditions precedent to the ward or continuation of the related contract(s): 1. I/we declare that all answers and statements made in the proposal are true and correct. 2. The prices and/or costs data have been determined independently, without consultation, communication, or agreement with others for the purpose of restricting competition. However, I/we may freely join with other persons or organizations for I the purpose of presenting a single proposal. 3. The attached proposal is a firm offer for a period of 180 days following receipt, and it may be accepted by the City of Kent, Washington without further negotiation (except where obviously required by lack of certainty in key terms) at any time within the 180- day period. 4. In preparing this proposal, I/we have not been assisted by any current or former employee of the City of Kent whose duties relate (or did relate) to this proposal or prospective contract, and who was assisting in other than his or her official, public capacity. (Any exceptions to these assurances are described in full detail on a separate page and attached to this document.) 5. I/we understand that the City of Kent will not reimburse us for any costs incurred in I the preparation of this proposal. All proposals become the property of the City of Kent, and we claim no proprietary right to the ideas, writings, items, or samples, unless so stated in this proposal. 6. Unless otherwise required by law, the prices and/or cost data which have been submitted have not been knowingly disclosed by the Proposer and will not knowingly be disclosed by hi/her prior to opening, directly or indirectly, to any other Proposer or to any competitor. 7. I/we agree that submission of the attached proposal constitutes acceptance of the solicitation contents and the attached sample contract and general terms and conditions. If there are any exceptions to these terms I/we have described those exceptions in detail on a page attached to this document. 8. No attempt has been made or will be made by the Proposer to induce any other person or firm to submit or not to submit a proposal for the purpose of restricting competition. 9. I/we grant the City of Kent the right to contact references and others, who may have pertinent information regarding he Proposer's prior experience and ability to perform the services contemplated in this procurement. Signature of Proposer Co-Chief Executive Officer August 24, 2009 Title Date CONSULTANT SERVICES AGREEMENT - 41 (Over$10,000) Subcontractor Identification PTI will not use any subcontractor for this engagement. Consulting Vendor Profile Per your RFP, the following table presents PTI's consulting vendor information. Consulting Vendor Profile Year founded: 1993 Headquarters location: 14711 NE 29`h Place, Suite 216 Bellevue, Washington 98004 Local officer(s): Dan Bergen, Co-Chief Executive Officer/ Mike Silverman, Co-Chief Executive Officer Total gross revenues: —$1.2 million/yr Number of full-time personnel: 7 Total company 7 Management 2 Support/Administration 1 Number of full-time personnel dedicated to public 6 sector consulting. Number of current engagements: 6 Permit& Property Tracking 1 City/County/Regional Government Systems 3 City Asset Management/Work Order/ CRM 0 systems 2 Other is the company, or any principal of the company, No, PTI and its principals are not engaged in any legal actions relating to the engaged in any legal actions performance of consulting services? If so; please relating to the performance of describe the nature of the legal action. consulting services. Has the company, on any principal of the No,our company and its principals company, had any judgments rendered against have not had any judgments them relating to consulting services? If so, please rendered against us relating to describe the nature of the judgment. ' consulting services. CONSULTANT SERVICES AGREEMENT - 42 (Over$10,000) i i Cost Model Per your RFP cost model instructions, the following tables present our proposed costs for each phase of the project and line item. Table A-1: Phase I — System Selection Project Plan Cost i Consulting Services: $8,728 Expenses $ 240 I Document Preparation $ 0 i Total Not to Exceed $8,968 Table A-2: Phase II — Requirements Definition Cost Consulting Services: $9,536 Expenses $ 520 Document Preparation $ 0 Total Not to Exceed $10,056 Table A-3: Phase III — RFP Creation & Distribution Cost j Consulting Services: $16,960 Expenses $ 300 i ! Document Preparation $ 0 Total Not to Exceed $17,260 Table A4: Phase IV— Proposal Evaluation and Recommendation Cost L- Consulting Services: $38,392 Expenses $ 950 l Document Preparation $ 0 Total Not to Exceed $39,342 CONSULTANT SERVICES AGREEMENT - 43 (Over$10,000) Please note that we provide a cost detail table, indicating costs by our recommended I project phase and tasks within each phase. We propose a fixed, not-to-exceed price for professional services of$73,616. As a demonstration of our strong desire to serve the City of Kent, this fixed price includes a 20% discount from our standard professional services cost. We will progress bill for our work on a monthly basis. In addition, PTI will bill for travel and related costs (such as mileage, deliverable production, and parking) as incurred, with a 1.5% markup which reflects the current Washington State Business and Occupational Tax on PTI's gross receipts. We estimate travel and expenses at$2,000. Our final, not-to-exceed price I for is $75,616. Cost Detail The following table presents a task-by-task breakdown of the proposed fees to facilitate a more thorough evaluation of our cost proposal. We provide this level of detail to demonstrate our commitment to this project—and to give the City a meaningful basis for negotiating desired changes to our proposed scope of work. Consulting Services Costs and Estimated Expenses Mike Dan Nicole Tracle , Silverman Bergen Simpkinson Jacinto Hours Cost Hourly Rafe(Note:20%discount applied) E120 5120 E1DD $88 , v ...�,., „- ., , Phase I �Systeryl Selection Project Pla�f Consulting Services Sub iotat`�>=� 7,6 $8,71° PM.I Manage Project 40 40 $4 8� 11 Conduct Project Kick Oft(wsim via lN7,4wnsuuamsl 6 6 6 6 24 $25 ,.II 1.2 Conduct Interviews(oo-itev g#1,4mosullaNs) 4 4 4 12 $13601 Estimated Expenses $ Phase II-'Requirements Definition consulting Services Sub-total 98 $9,5 2.1 Finalize Functional Requirements(ensae vst a2 a 3.2 wasNmnm) 8 20 20 48 $4,7u 2.2 Finalize Technicaltlnledace Requirements(orosaevisit 94.1 wasulun0 2 2 12 16 $1,496 2.3 Identify and Conlact Potential Vendors 8 8 $7Q 2.4 Conduct Vendor Evaluation CriterimProcess Workshop(on-stensitp5,3consultants) 6 2 6 12 26 $26 s Estimated Expenses $5 0I Phase 111-RFP Creation and Distribution Consulting Services Sub-total`_'� ' 170 $16,960 3.1 Develop Draft RFP 6 6 � 2s 32 46 $4,4 3.2 Develop Final RFP 3 3 2 12 20 $1,91 3.3 Conduct Demonstration Script Workshop(on-saa Nsep6,4 wnsullants) 8 8 8 12 36 $3,776I 3.4 Develop Demonstration Scripts 6 6 32 24 68 $6,752 Estimated Expenses ;$3 P age IV�gPropgsal Cvaluatlyti and ReopoJm@rt�lelJogCogsultipg,§eivice, , gb jotal „ z 354 $38,39, 41 Facilitate Vendor Pfe.bid Conference(onsnamsnk7,lwnwilaN) �6 6 $600I 4.2 Conduct Proposal Scoring Workshop(ortsitensilae,3wnsulmnts) 6 2 6 6 20 $210 n 4.3 Develop Scoring Tools 4 4 2 8 18 $1, 4.4 Develop Total Cost of Ownership 2 2 2 16 22 $2,OQ. 4.5 Scare and Summarize Proposals 16 16 16 48 $5,440 4.6 Select Demonstration Participants 8 8 4 20 $2.1 " 4.7 Facilitate Vendor Discovery Session(o six Ksirdi,1 wasunanq 2 12 14 $1.4 4.8 Conduct Vendor Demonstration(on-saevwt ato,11,12,3 wnsuaenls) 36 36 36 108 $12,2 - 4.9 Finalize Selection 8 8 4 20 $2,112 4,10 Construct High-Level Implementation Plan 2 2 2 12 18 $1.7 4.11 Deliver Final Preserlalion(.-sae v10#13,2 wnsullanm) 8 8 4 20 $2,2II 4.12 Assist with Contract Negotiations(optional) 20 20 40 $4,4(lu Estimated Expenses $950 Plus Total Estimated Expenses $2,00 i Total Project Cost $75,61 CONSULTANT SERVICES AGREEMENT - 44 (Over$10,000) 1 Note that our blended rate for the proposed services is under$108 per hour. We urge you to compare this rate with that of our competitors. We believe that you will find that our pricing offers tremendous value to the City. We would like to emphasize once again that our cost and work plan are flexible.We welcome the opportunity to work with the City to finalize a work plan and associated costs to best meet your needs. i Cost Assumptions Our cost proposal assumes the following: ♦ There will be a single draft-to-final process for the request for proposals ♦ Requested data will be returned in the formats specified in the associated data collection instructions and tools, and in the timeframe defined in the project schedule ♦ All deliverable drafts will be electronically submitted to the City ♦ No more than five (5) copies of final deliverable documents will be provided in paper format ♦ Expenses include trips to City of Kent to: i • Conduct the project kickoff and interviews • Finalize functional requirements and technical/interface requirements • Conduct the Vendor Evaluation Criteria/Process Workshop • Conduct the Demonstration Script Workshop • Facilitate the Vendor Pre-bid Conference • Conduct the Proposal Scoring Workshop • Conduct the Vendor Discovery Session • Conduct 3 days of vendor demonstrations for up to 4 vendors • Deliver final presentation Going Green — and Saving on Expenses Following the lead of many of our public sector clients, PTI has increased its attention to sustainable environmental practices. As one aspect of this implementation, we have purchased software that facilitates "virtual meetings' by allowing documents to be simultaneously viewed (and edited)from different locations. We can use this technology to reduce travel —giving the project a smaller carbon footprint while saving cost. While not appropriate for all meetings, if the City is amenable, we will use virtual sessions as appropriate during the project. CONSULTANT SERVICES AGREEMENT - 45 (Over$10,000) Non-Collusion Covenant Non-Collusion Certificate The undersigned,being duly sworn,deposes and says that he/she is the Identical person who submitted the foregoing proposal,and that such proposal is genuine and not sham or collusive or made In the interest or on behalf of any person not therein named,as further,that the deponent has not directly Induced or solicited any other bidder to put in a sham bid,or any other person or corporation to refrain from bidding,and that deponent has not in any manner sought by collusion to secure to himself/herself or to any other person any advantage over another bidder or bidders for the project described as follows: Consulting services related to procurement assistance for the Permit,Asset Management and Work Order Request Systems Replacement Project Consulting Vendor Name::Pacific Technologies. Inc. (lU Signed: ".J Michael Silverman Title:Co-Chief Executive Officer Notary Public: Sworn to before me this 20th day of August.200g. Name:W"':4I ... q'QRRY,/ 0��15RI6�jE�iy,��•f Signature: 4 CONSULTANT SERVICES AGREEMENT - 46 (Over$10,000) I Equal Employment Opportunity Declaration Equal Employment Opportunity Declaration The City is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work for the city 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 to adhere to. An affirmative response is required on all of the following questions. The questions are as follows: I have read the attached administrative policy number 1.2. 1. Pacific Technologies, Inc. does not and will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of any sensory, mental, or physical disability. 2. Pacific Technologies, Inc. provides a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 3. Pacific Technologies, Inc. actively considers hiring and promotion of women and minorities. 4. The requirements outlined in this adherence statement shall be complied with prior to the execution of any contract between Pacific Technologies. Inc. and the City. By signing below, Pacific Technologies. Inc. agrees to fulfill the four (4) requirements referenced above. I Signed ` oRQ Date: August 24, 2009 Title Co-Chief Executive Officer CONSULTANT SERVICES AGREEMENT - 47 (Over$10,000) i Proposal PTI will maintain the prices proposed in our cost summary for 180 calendar days beyond the completion of the consulting vendor presentations. I l l CONSULTANT SERVICES AGREEMENT - 48 (Over$10,000) V1. Acceptance of Terms PTI has reviewed the City's contract and requests the following changes: Section I11.A—Compensation: —as described in our cost proposal, we prefer a fixed price with monthly progress billing. Section X—Ownership of Documents and Records: Replace with the following: The Consultant reserves right, title, and interest in the methodologies, trade secrets, software tools, and know-how employed by the Consultant to conceptualize and produce all work products and deliverables. The City may modify these work products for internal, non-commercial use and may distribute the draft and final reports internally without restriction. The City may not distribute copyrighted PTI material to third parties, including parties under contract to the City, for their commercial use. All records submitted by the City to the Consultant will be safeguarded by the Consultant. I I CONSULTANT SERVICES AGREEMENT - 49 (Over$10,000) i . . . . PTI does not wish to include any additional materials for consideration for our proposal. I I P i i l CONSULTANT SERVICES AGREEMENT - 50 (Over$10,000) i i Appendix A — Detaile• Resumes Mike Silverman — Project Manager Mike has over 20 years of professional information systems experience, specializing in state and local government. His background includes software and hardware procurement, strategic systems planning, project management, designing and managing information systems, service delivery and cost analysis, network planning, disaster recovery, vendor evaluation, contract negotiation, requirements analysis, software development, and maintenance and operations. Procurement Assistance & Feasibility Studies Served as lead consultant to assist the eCityGov Alliance, (WA) develop a vision for shared permit management automation and evaluate replacement system scenarios. Working with the Alliance's steering committee, Mike helped define four replacement scenarios, including: a single, shared solution; individual replacement solutions for the participating cities; and a combination of solutions for smaller and larger participating cities based upon unique functional requirements. The scope of the engagement included using PTI's proven feasibility and cost-benefit analyses frameworks to develop 10-year cost estimates for each of the scenarios, including one-time procurement and i implementation costs, recurring costs, and internal labor requirements. Mike worked with the Alliance's steering committee to review these assessment findings, identify criteria for selecting a preferred scenario, and define implementation considerations and next steps. Managed development of a business case to help the City of Gresham, (OR) receive funding for replacement of existing permit management systems. The work involved i summarizing previous studies, performing market research, developing a ten-year total cost of ownership model, recommending project phasing and associated capital budget appropriations, defining benefits and examining funding mechanisms. Served as lead consultant in assisting the State of Alaska procure a comprehensive, integrated browser-based time and attendance system to support over 16,500 employees statewide. Mike supported the State's Proposal Evaluation Committee in developing a request for proposals, evaluating vendor proposals, conducting vendor demonstrations, and assessing best and final offers. Assisted the City of Bellevue, (WA), with the procurement of a permit tracking system. We developed an RFP and associated evaluation criteria, and assisted with the evaluation of vendors and vendor selection. Additionally, we assisted the City with contract negotiations and provided advisory support on an ad hoc basis throughout the implementation process Served as a technical advisor to the City of Seattle's Department of Design, Construction and Land Use, (WA) in its procurement and implementation of a new permit management system. Work included helping the City determine the best way to implement the selected vendor's e-business capabilities (i.e., via an Active Server Page (ASP) or through hosting the software on its own server). CONSULTANT SERVICES AGREEMENT - 51 (Over$10,000) r Served as lead consultant assisting the King County Department of Natural Resources and Parks, (WA) in an assessment to evaluate three replacement solutions of its current R:Base legacy system for work order management, accounts payable, and I stores inventory management. PTI quantitatively analyzed the seven-year cost-benefit and total cost of ownership of the three alternatives and documented a formal business case for system replacement. PTI worked closely with the County's project management team to select a preferred solution based upon "best fit," including cost, business benefit, functionality, technical architecture, and risk, and presented our findings and recommendations to the County's project review board. f Assisted the City of Bellingham, (WA), in procuring a new permit tracking system. We developed an RFP and the associated evaluation criteria. Additionally, we assisted in proposal evaluation, vendor selection, and contract negotiation. We also provided advisory support on an ad hoc basis throughout implementation. Served as project manager for the King County, (WA) Sheriff's Office RMS /EMS procurement effort for the King County Sheriff's Office (KCSO), (WA). KCSO engaged PTI to analyze the organization's business functions and processes to augment creation of a RFP, as well as develop demonstration scripts and vendor scoring tools to facilitate evaluation of proposed solutions. I Served as lead consultant to conduct a return on investment (ROI) analysis for the City of Boise's, (ID) current enterprise resource planning (ERP) software (Oracle's PeopleSoft) and up to four alternative ERP solutions. PTI evaluated how well PeopleSoft i meets the City's needs—quantitatively analyzing its 15-year ROI, and qualitatively l assessing how well it supports city business processes and integrates best practices. We analyzed four alternatives— including Tier-1 and Tier-2 products, and outsourced services— identified through market research and a sister-city survey. PTI worked closely with the City's executive leadership team to select a preferred solution based upon "best fit," including cost, functionality, technical architecture, and risk. Mike served as a project manager on a comprehensive municipal software needs I assessment and replacement for the City and Borough of Juneau, (AK). This effort documented business and functional requirements, analyzed the costs and benefits of various tax administration and ERP vendor alternatives, developed attendant f recommendations, issued an RFP and chose a vendor. Mike worked collaboratively with the client to negotiate a contract between a software and implementation vendor, and was involved in implementation oversight. Served as project manager on a customer system improvements study for the Los Angeles County Waterworks, (CA). This study identified key business drivers for / improving the Waterworks Billing System and developed a corresponding set of I functional and technical requirements. Based on these, we developed a business case incorporating a cost/benefit and risk analysis, and recommended the best improvement alternative for the Waterworks. Served as project manager on a computer system replacement study for the Cobb County, (GA) Water Department to determine the best alternative for replacing their outdated customer information and billing system. Phase I of this project weighed the costs, benefits, and risks of replacement alternatives, and recommended the most viable approach. Phase 11 of this project developed the requirements, issued an RFP, and selected the best vendor to carry out the recommended replacement approach. CONSULTANT SERVICES AGREEMENT - 52 (Over$10,000) I I Assisted the City of Tacoma, (WA), in a large-scale procurement effort focused on replacement of their financial management, utility billing and customer service, maintenance management and human resource systems. Scope included cost-benefit analysis, RFP development, vendor evaluation and contract negotiation. E-business capabilities play an important role in the requirements for these systems and were a factor in the selection of software solutions. Managed a project to help the City of Bellevue (WA) Police Department procure a new CAD/RMS system. Evaluated vendor responses, managed creation of a cost- benefit analysis that evaluated the financial implications of abandoning the City's existing best-of-breed CAD/RMS suite and installing an integrated product from a single vendor. Made associated recommendations. Managed a project that studied the financial feasibility of creating a regional dispatch center and shared CAD/RMS application for the Washington cities of Bellevue, Bothell, and Kirkland. Interviewed key client stakeholders, supervised data gathering efforts and construction of the financial model. Prepared presentation materials and I presented results to appropriate parties. Assisted the City of Gresham, (OR) in the procurement of new financial management, i human resources, and payroll systems. Facilitated interviews and focus groups to determine the City's business and technical needs. Analyzed the costs and benefits of various replacement options. Worked collaboratively with the City to develop a request ifor proposals. Assisted with proposal evaluation, and vendor negotiation. Served as project manager on a feasibility study to support the State of Washington's One-Stop effort, under the auspices of the Employment Security Department. Coordinated efforts to achieve consensus with stakeholders across the state within the context of an aggressive project schedule. Conducted interviews and focus groups with senior executives from public and private employment service providers across Washington, facilitated meetings with hundreds of stakeholders to develop business case and scope of the customer tracking and accountability system, assisted with identification and cost-benefit analysis of system implementation options, and developed a state-wide system migration approach. Presented findings to a statewide Executive Policy Council for approval. Assisted the City of Seattle, (WA), with the procurement of a multi-million dollar customer service system. Included developing a feasibility assessment; preparing a request for proposals; assisting with vendor evaluation, selection, and contract negotiation; developing an implementation plan; and providing project oversight and quality assurance during implementation. Assisted the City of Vancouver, (WA), with the procurement of a new financial management system. Developed evaluation criteria and processes, created an RFP, reviewed vendor proposals and facilitated a final selection. Also assisted the City with contract negotiations. Assisted the City of Seattle's Department of Design, Construction and Land Use (DCLU), (WA) in its procurement of an electronic document management system. We assisted DCLU in the preparation of scripts for vendor demonstrations and facilitated the department's evaluation of vendor proposals. We also assisted during contract negotiations with the selected vendor to help ensure that DCLU entered into an agreement that met its business needs while minimizing its risks. Key evaluation criteria CONSULTANT SERVICES AGREEMENT - 53 (Over$10,000) included the vendor's ability to provide a Web interface to its product and the S corresponding ability to make certain DCLU documents available over the Internet. Assisted the City of Kirkland, (WA), with the procurement of a new financial management system that includes financial, human resource, and utility billing applications. We developed specific functional requirements for the new financial system and recommended a technical architecture to support Kirkland's strategic business needs related to financial management. Served as project manager on an ERP Procurement engagement for West Basin Municipal Water District, (CA). Coordinated the development of demo scripts for vendors to demonstrate the capabilities of their systems. Facilitated the development of final selection criteria and materials in support of the selection committee's final evaluation workshop. OTHER PLANNING AND ADVISORY SERVICES Los Angeles County Integrated Business Automation Plan (IBAP) 2008-2009. Served as project manager since 2005 on a project to annually deliver the Integrated Business Automation Plan (IBAP)for the Los Angeles County, (CA) Chief Information Office. The IBAP summarizes departmental IT plans and budgets totaling more than $700 million. The work involves analyzing IT trends related to infrastructure, strategic IT projects, and spending within the overall context of county strategic goals. It also reviews major County projects within the context of current municipal IT trends and presents an overview of significant departmental IT initiatives. p Developed a maintenance and operations plan for the same child support enforcement system for the State of California. This plan recommended an organizational structure, suggested maintenance and operations procedures and projected five-year maintenance and operations costs for the system. Assisted with the development of an advance planning document (APD) and feasibility �I study report (FSR)to obtain federal funding for a very large child support enforcement d system for the State of California. Responsibilities included strategic evaluation of alternative technical architectures in light of the State's business objectives for the system, developing a conceptual system design, database management system (DBMS) selection, system sizing, review of operational considerations, and providing assistance with system costing. Led the logical data modeling effort for the development of a third normal form data model for the State of California's Child Welfare System. Developed data administration standards and integrated the data model with a corresponding function model. The model was built using a workshop approach that directly involved users in l the design effort. Texas Instrument's IEF CASE tool was used to support model development. Assisted the King County Office of Information Resource Management (OIRM), (WA) with development of performance measures for tracking the County's progress on County-wide strategic initiatives and projects under the purview of OIRM's Project Review Board. Evaluated a criminal justice information system for the County of Alachua, (FL). The review included assessing the proposed hardware platform, evaluating the adequacy of the software to meet the county's business needs, evaluating the ergonomics of the system as designed, reviewing the feasibility of the proposed development schedule, CONSULTANT SERVICES AGREEMENT - 54 (Over$10,000) reviewing the training and implementation plans, reviewing the proposed cost of the system, and assisting with the negotiation of the purchase agreement. Assisted the City of Kirkland, (WA) with the negotiation of license, maintenance, and implementation services contracts for an integrated CAD, RIMS, and mobile communication software package. Developed license, maintenance, and service agreements and participated in face-to-face negotiations with the vendor. Provided format for and review of the vendor statement of work. Developed acceptance criteria, performance criteria, and other key contract terms. Managed PTI's project to assess the use of information technology at the City of Seattle's Public Safety Departments, (WA). The review included applications, IT staffing, and infrastructure across the police, legal, court, and fire functions. Findings and recommendations addressed issues in these areas for both the individual departments and across departmental boundaries. Managed the design of an enterprise data model for Washington Dental Service (WDS), (WA). The model depicts all of WDS' data needs in detail, supports sophisticated future processing requirements, including rule-based claim adjudication and radiographs in the database, and provides a custom designed decision-support component that consists of trended and summarized business data. I Evaluated proposed enhancements to the human resources system of a major aerospace manufacturer. Reviewed the design from a cost/benefit, business requirement, and ergonomic standpoint. The system as designed used DataPoint mini- computers and an IBM mainframe running [MS. STRATEGIC IT PLANNING Served as lead consultant on a strategic IT governance evaluation for the Washington State House of Representatives. PTI facilitated focus groups to identify and document i the perceived strengths and weaknesses of the IT governance and service delivery systems. In addition, PTI designed a survey to collect IT data from over 80 state agencies, managed and validated responses, and analyzed the data using engagement- specific performance measures. Served as lead consultant for our work for the King County Accountable Business Transformation program. This effort helped the County adjust baseline labor effort and costs for a defined set of finance and human capital management business processes. It then proposed a range of target labor efforts for those processes, based on third-party benchmark data. Using the ranges, PTI proposed labor efficiencies and potential cost savings through improved automation. PTI also developed a framework to help the County measure actual benefits as the automation improvements are implemented. Mike reviewed the results of our quantitative analysis, developed recommendations, and helped create associated deliverables. Served as project manager for an IT Strategic Plan for the South Whidbey Island School District, (WA) #206. This work provides an independent review, needs assessment, and strategic information technology plan to support effective use of school levy funding across the District. PTI interviewed key management, conducted focus groups, evaluated existing technologies and staffing, and surveyed both District stakeholders and peer organizations to gather information. Our work helped positions the District to improve administrative applications and establish a long-range plan for instructional computing. CONSULTANT SERVICES AGREEMENT - 55 (Over$10,000) 1 I (I f 4 I I� i f CONSULTANT SERVICES AGREEMENT - 56 (Over $10,000) Served as lead consultant to facilitate the development of a citywide Information Technology Strategic Plan for the City of Redmond, (WA). Using proprietary data analysis tools, PTI collected and assessed detailed quantitative data related to citywide staffing and spending, and analyzed the City's current network architecture and application portfolio. Based upon these findings and an associated gap analysis, PTI facilitated a series of workshops with the City's executive team to articulate a strategic j technology direction aligned with the City's business priorities and develop specific strategies and recommendations for IT staffing and organization, software priorities, technical infrastructure upgrades, IT governance and oversight. PTI developed a five- year implementation plan that details projects and associated costs, including low- and high-end estimates for both one-time and recurring costs. Currently serving as a project manager for the State of Alaska (AK) statewide system replacement. Work includes supporting its procurement processes and decisions for replacing statewide finance and human resource systems. The work includes defining requirements, helping develop demonstration scripts, facilitating on-site demonstrations, providing technical advice on the evaluation of proposals, assisting in cost evaluation, managing the selection process of finalist vendors, and assisting with contract negotiations. Served as project manager for an engagement with the King County Superior Court, District Court, and Department of Judicial Administration, (WA) to develop a joint IT strategic plan. The effort required evaluated the software applications and IT infrastructure at each agency, identifying opportunities for sharing systems and infrastructure, developing a long-term goal state, and making associated recommendations. The work addressed both tactical concerns, such as automating building signage and strategic issues, such as establishing platforms for sharing data across the justice continuum. Served as lead consultant for the Clark County, (WA) strategic information technology plan. PTI used its proven strategic planning methodology to update the County's IT plan, originally developed by PTI in 2002. This update assessed the County's IT organization, service delivery, application portfolio, governance, and technical infrastructure—and identified progress since the previous planning effort. It recommended revised strategies as necessary, and developed an associated implementation plan. The assessment phase included interviews and focus groups with over 150 County stakeholders; a technical inventory assessment, a review of the County's IT organization and staffing i levels; development of models that reflect the County's major business functions and current IT decision-making processes, and a identification of major business drivers. The strategy phase recommended and prioritized an "ideal" application architecture, defined technical recommendations, validated and updated the County's decision-making model, recommended target staffing levels and resource allocations, identified high-yield application and technology opportunities, and suggested modifications to the County's existing service level agreement with the City of Vancouver. The County's business priorities, strategic initiatives, and policy objectives drove the development of all IT strategies and priorities. The final phase culminated with the development of a implementation plan, including project descriptions and costs, to serve as a "blueprint" for Clark County's IT investment and deployment over a five-year horizon. CONSULTANT SERVICES AGREEMENT - 57 (Over$10,000) f Served as a lead consultant for a citywide IT strategic plan for the City of Rialto, (CA). PTI conducted this exercise in partnership with a project steering committee consisting of senior management representatives from all City departments. This group provided critical guidance to our team throughout the project.PTI supported the effort through interviews, focus groups, and workshops involving over 115 stakeholders. Our team also gathered and analyzed documentation related to IT planning, policies, and procedures, and citywide planning initiatives. Additionally, our consultants analyzed quantitative data related to citywide IT spending and support, and examined the City's current network architecture and application portfolio. Served as lead consultant for an IT strategic plan for the Port of Los Angeles, (CA). This work included an assessment of the Port's 5-Year Technology Plan and implementation projects for: alignment with its Strategic Plan; ability to meet future needs, capital improvements, and planned expansions; and balance across application, infrastructure, service delivery, and IT governance projects and initiatives. PTI evaluated the budget, staffing, and organizational alignment implications of the Port's Technology Plan; identifying and assessing alternative structures for IT service delivery at the Port, including centralized, hybrid, and selectively outsourced IT support models, and making organization and staffing recommendations. PTI also commented on the IT governance structures, management procedures, and tools used to manage the plan's implementation. Served as lead consultant for an IT strategic plan for Orange County, (CA). This work focused on developing Orange County's Enterprise Architecture (EA) position. It involved a cursory assessment of the County's current technical and organizational position, and delved deeply into the information and data requirements necessary to design/augment business automation software. Ultimately, the project culminated in a defined, strategic IT and EA direction that guides future application development, use and integration across the County. Managed our engagement to develop an IT strategic plan for the Town of Truckee, (CA). Work included a comprehensive assessment of the Town's current IT position, the creation of a business function model, application reviews with the Town's "power users," and an analysis of key performance indicators. PTI crafted a three-to-five year project plan to serve as a "blueprint"for IT deployment at the Town. The plan included a manageable set of calendared projects— including lower-and higher-end cost estimates (both one-time and recurring) suitable for budgeting purposes. Served as lead consultant for a strategic IT plan for the City of Roseville, (CA). The work included an assessment of the City's IT organization. We analyzed staffing levels and labor allocations along major functional and business areas. This work led to a reorganization analysis and recommendations to increase staffing levels at the City. Served as the lead consultant for our work with the City of Walnut Creek, (CA) in the completion of a strategic IT plan. We conducted a customer satisfaction survey and benchmarked the City against comparable municipalities. Our work also included a comprehensive assessment of the City's current application portfolio, and IT service delivery organizational structure. Recommendations focused on future IT governance structure, application investments, and IT staffing and training. I CONSULTANT SERVICES AGREEMENT - 58 (Over$10,000) Serving as project manager on an engagement to the Alderwood Water and Wastewater District, to develop a comprehensive strategic IT plan that provides a blueprint for future technology investment and IT support over the next 5 years. Our work will culminate in the creation of an actionable implementation plan, including a core set of specific projects with attendant timelines and budget estimates. Managed a project to develop an IT Service Needs Assessment for the City of Fresno, (CA). This effort focused on organization of IT service delivery and management of infrastructure assets. Our team developed cost models, evaluated staffing levels and service performance metrics, and made associated recommendations. Served as project manager on a strategic IT plan for the City of Visalia, (CA). Working with a steering team that represented the cross-functional business needs of the City, we assessed Visalia's current IT position, developed strategic recommendations, and defined a costed implementation plan. Served as project manager on a strategic information systems plan for the City of Merced, (CA). We reviewed applications, IT service delivery, IT decision making, and technical architecture across the City, and developed an IT plan that included specific strategies for each of these areas. Major applications reviewed included HTE, document management, and GIS. We also analyzed the organization structure, staffing levels, and customer service provided by the Information Services (IS) Division at the City. Our final report included recommendations around the City's approach to maintaining HTE and i implementing the web-based version, NaviLine. It also presented an implementation plan that outlined and priced projects that the City had prioritized highly. Served as project manager on a strategic IT planning engagement for the City of Oxnard, (CA). Scope for this full-service city's Master Technology Plan included a complete assessment of applications, technical infrastructure, IT staffing, and customer satisfaction. We also conducted a comparative survey of similar municipalities in I California and neighboring states. Strategy development and implementation planning phases were similar in scope to our other comprehensive IT planning projects— resulting in a costed project plan suitable for budgeting purposes. Currently serving as Lead Consultant on an inclusive IT strategic planning/enterprise architecture development project for Orange County, (CA). This project will help align Orange County's business and policy goals with the use of information technology. The study will provide Orange County with an actionable "blueprint"to guide IT investment and resource deployment in direct support of business and policy objectives. Managed a project to develop the FY 05-06 Integrated Business Automation Plan for the Los Angeles County (CA) Chief Information Office. The work involved analyzing IT trends related to infrastructure, strategic IT projects, and spending within the overall context of county strategic goals. It also reviewed major County projects within the context of current municipal IT trends and presented an overview of significant departmental IT initiatives. CONSULTANT SERVICES AGREEMENT - 59 (Over$10,000) Ir Served as the Project Manager in a County-wide IT Strategic Planning engagement for Snohomish County, (WA). Responsibilities include developing a strategic goal state, quantifying project costs, and developing deliverables. This effort included interviews, focus groups, and workshops involving over 200 stakeholders. Additionally, PTI f gathered and analyzed documentation related to technology planning, policies and procedures, and county-wide planning initiatives. To supplement our Snohomish County- related data collection and analysis, we utilized information gathered from a survey of j peer counties to compare IT organizational structures, expenditures, and staffing levels. Work culminated in validation of our recommendations with the project's steering team, the creation of cost estimates, and a "blueprint"to guide technology investments and I deployment at the County over the next three-to-five years. Managed an engagement to develop an IT strategic plan for the City of Boise, (ID). This effort included interviews, focus groups, and workshops involving over 200 stakeholders. Our team also gathered and analyzed documentation related to IT planning, policies, and procedures, and city-wide planning initiatives. Finally, we analyzed quantitative data related to city-wide IT spending and support. Our work culminated in a high-priority set of costed projects, suitable for budgeting purposes. This plan was then presented to selected City staff and the Boise City Council. Served as quality assurance manager on our web business planning effort for Snohomish County, (WA). This comprehensive Internet planning engagement built a customer contact model, devised a Web application architecture, worked with the County's steering committee to prioritize investment opportunities, and analyzed costs and staffing requirements. We developed a four-year implementation plan, estimated associated costs, and provided project descriptions. + Managed a project to benchmark IT spending at staffing for Snohomish County, (WA). The work involved surveying similar counties, vetting the data, and providing a detailed report to Snohomish County, as well as high-level results to the other participating i organizations. 1 Served as lead consultant on an IT strategic planning effort for Washoe County, (NV). The project developed a comprehensive IT strategic plan for the County, including providing direction for applications, infrastructure, staffing, and governance initiatives. We also benchmarked the County against comparable organizations as part of this effort. Managed the assessment of IT service delivery for Clackamas County, (OR). The work I included in-depth analysis of IT staffing levels, services, labor costs, and service delivery approach. External and internal surveys were used to provide benchmarks. The work recommended changes to staffing levels, services offered, and service delivery approach as required. Also assisted with implementation of our recommendations. Managed our project to provide a business case for reorganizing IT service delivery at King County, (WA). The work included identifying potential alternatives, developing evaluation criteria, performing a detailed cost-benefit analysis, recommending a preferred alternative, and creating a related transition plan. Served as the quality assurance manager on a strategic IT planning engagement for Deschutes County, (OR). Our work included a thorough assessment of current applications, technology infrastructure, IT service delivery and decision making, identification of key IT issues and strategies to address those issues, and a costed implementation plan. rI l , CONSULTANT SERVICES AGREEMENT - 60 (Over$10,000) I Served as internal quality assurance manager for a strategic systems plan for Clark County, (WA). This comprehensive planning effort assessed current IT applications, technology, service delivery and decision making. It recommended strategies in each of i these areas and developed an associated costed implementation plan. It also developed a separate process intended to allow the County to keep the plan current without further consultant involvement. Served as project manager for King County, (WA) in the development of a comprehensive understanding of the County's total cost of delivering IT service. This project identified ongoing and capital costs associated with IT assets and infrastructure and provided a high-level view of the County's IT assets. As part of our work, PTI constructed, distributed, and analyzed a detailed matrix that enabled us to determine the total labor costs associated with providing IT service to all County agencies. It also allowed us to assess to key labor efficiency metrics, such as ratio of workstations to help desk staff, ratio of servers to server administration staff, etc. We also reviewed both enterprise and departmental IT budgets to validate the information received, and identify additional expenditures. Served as quality assurance manager for a project to develop performance measures for King County, (WA)'s Institutional Network (I-Net). Contracted to the County Auditor, I we worked with a cross-departmental task force to identify performance measures and established associated benchmarks. We also built a financial model for the I-Net and I conducted a market survey. Served as project manager, assisting King County, (WA), with the analysis of mainframe usage options. Conducted focus groups and interviews to determine the usage and capabilities of the mainframe applications. Developed options for the future of the mainframe and the costs and benefits associated with each. Recommended a future for the County's mainframe and presented results to major County stakeholders. Served as quality assurance / lead consultant on a "situational assessment" of the San Diego County (WA)Water Authority's IT planning approach. The analysis reviewed key IT planning documents (the Authority's FY 2003—2005 Budget Decision Package Requests, 1999 Strategic IT Plan, 2003 GIS Strategic Plan, and FY 2002 —2003 ,i Budget). PTI's two principals then conducted on-site interviews with over a dozen Authority stakeholders. We provided input to the Authority's Budget Review Board and presented preliminary findings and recommendations at the conclusion of our on-site sessions. Our work culminated in the delivery of a briefing that highlighted findings and recommendations attendant to IT decision making and budgeting. Served as project manager for our strategic IT planning work for the Metropolitan Water District (MWD) of Southern California. This comprehensive engagement assessed MWD's applications, IT staffing, technical infrastructure, and decision making. We worked with an MWD steering team, made associated recommendations, and developed a fully costed implementation plan. Provided quality assurance on our strategic IT planning engagement for the City of Kirkland, (WA). This work comprehensively assessed Kirkland's IT applications, staffing, network, and decision-making. The resulting plan added staff, improved the City's network, and asked for significant investment in application software. CONSULTANT SERVICES AGREEMENT - 61 (Over$10,000) I Assisted the City of Bellevue, (WA), with the development of an IT Strategic Plan and 1 Governance Process. Included analysis of the IT organization, applications, and technical infrastructure; vision and strategy development; recommendation of an application architecture; governance process definition; and implementation planning. Under contract to the State legislature, managed a project for the State of North Dakota to evaluate the State's approach to organizing and managing the provision of IT services. This project gathered extensive information on IT labor costs and distribution of IT labor, evaluated workloads and performance metrics, and surveyed other states to provide meaningful external comparisons. Built financial models of various IT service delivery and organization models and made associated recommendations. Served as quality assurance manager on our strategic IT management planning effort for the City of Annapolis, (MD). Phase I of this project focused on assessing the City's l applications, technical infrastructure, and IT service delivery. We established the City's highest application priorities, and developed the requisite organizational and technical strategies needed to support them. The implementation plan developed around these strategies provided a set of costed strategic IT projects over a five-year time frame. J Phase II of this project developed requirements and produced an RFP for a replacement financial system. Provided quality assurance services on our strategic systems planning effort for the City of Las Cruces, (NM). This effort evaluated applications, IT infrastructure, IT staffing, and related decision-making processes. This effort resulting in recommending significant changes to the City's application portfolio and approach to staffing its IT function. Served as quality assurance manager for our Information Technology Strategic Plan for the City of Vancouver, (WA). This effort resulted in the approval and funding by Council of several IT initiatives. As part of the planning process, we worked closely with Clark County Department of Information Technology (DoIT) staff to evaluate the fiscal and functional components of the IT services delivered to the City. Our work assessed and addressed issues related to IT organization and service delivery, application software, IT management, and decision-making and technical infrastructure. Served as quality assurance manager for our general management and operations study for the City of Ogden, (UT). This comprehensive planning effort assessed and recommended improvements to the City's application portfolio, infrastructure, and IT service delivery approach. It also included an evaluation of a recent shortfall in the IT internal service fund, and proposed solutions to ensure tighter fiscal controls in the I future. Served as quality assurance manager for an information technology strategic plan for the State of Alaska. This effort assessed the State's current use of technology by aggregating data from all state agencies. We made recommendations regarding enterprise applications, technical architecture, governance, and service delivery. j Working with an Alaska steering committee, we also developed a "goal state' for IT use in Alaska and provided a costed, calendared project plan. Served as project manager on an engagement to develop a strategic systems plan for the City of Bellevue's public safety departments. Led the evaluation of the City's public safety applications, service delivery, computing infrastructure, and governance processes. Made recommendations to improve service delivery and prioritize application investments. The work resulted in the creation of IT application units in Bellevue's Police and Fire Departments. CONSULTANT SERVICES AGREEMENT - 62 (Over$10,000) Assisted the City of Burien, (WA), as project manager for a management information systems plan. The project's goal was to provide an objective assessment of the state of IT within the City, develop strategies designed to meet the City's present and future information technology needs, and develop an implementation plan that lays out projects and associated costs over the next several years. The work included evaluating and costing Internet investments—and resulted in the City deciding to defer significant investment in e-government initiatives. Served as a project manager on our strategic planning work for the Sammamish Plateau Water& Sewer District, (WA). This work included a thorough assessment of current applications, technology infrastructure, IT service delivery and decision making, identification of key IT issues and strategies to address those issues, and a costed implementation plan. Served in a quality assurance role on a strategic systems planning engagement for Seattle Public Utilities, (WA). His work included participation in key interviews and workshops, review of interim work products, participation in development of recommendations, and review of deliverables. Served as project manager in the development of a strategic systems plan for the Port of Portland, (OR). This work included interviews, a customer satisfaction survey, and analysis of the IT organization, governance processes, applications, and technical infrastructure. We devised IT strategies, made associated recommendations, and delivered a comprehensive report along with a presentation to the Port Commission. Served as project manager for development of a strategic technology plan for the Port of Seattle, (WA), which operates one of the largest ocean freight facilities in the world, as well as the Seattle-Tacoma International Airport and various other marine facilities and warehouse environments. To enable it to continue achieving its mission with optimum effectiveness, we assisted the Port in determining which information technologies to invest in over the next three years. This work included a review of the Port's e-business strategy. Managed a strategic technology planning engagement for the Springfield School District in Oregon. This work included analyzing staffing and service delivery efficiency, conducting a benchmark survey, reviewing options for providing critical business applications and making associated recommendations. Results were presented to the i school board for approval. Developed an administrative information technology strategic plan for the Communications and Technology Center for Washington's Community and Technical Colleges. The scope of this engagement included redefining the role and objectives of the CTC, recommending associated organizational structures and governances, and building consensus around the new governance structure. The project directly involved over 250 stakeholders across all levels of CTC's diverse service continuum, and included both instructional and administrative computing issues. Managed a project to update our previously completed strategic technology plan for Seattle City Light, (WA) (Seattle's electric utility). Work included evaluating the Utility's application portfolio, IT service delivery, technical infrastructure, and related decision- making. A major outcome of this effort was recognition that the Utility has not paid sufficient attention to the mission-critical nature of the Internet. Our recommendations addressed this key issue, along with other areas. CONSULTANT SERVICES AGREEMENT - 63 (Over$10,000) i Assisted the Seattle Center, (WA) with the development of a strategic systems plan. Made recommendations regarding future application architecture. The plan will ultimately allow the Center to reach City technology standards. Managed a strategic plan for the Kansas City Area Transportation Authority, (KS). The Authority's jurisdiction includes public transportation for a seven-county area that straddles both the states of Kansas and Missouri. Tasks included analyzing the Authority's IT budget, conducting a series of interviews and focus groups, preparing a quantitative analysis of the level of IT support being provided by staff inside and outside of the IT division, and formulating recommendations designed to improve the integration of major business systems. Served as internal quality assurance manager for a strategic systems plan for the Clark County Transit Authority (C-TRAN, (WA)). This full-scale planning effort includes assessing current use of IT at C-Tran, analyzing staffing and service delivery approaches, recommending future applications and technologies, recommending future staffing and service delivery approaches, and developing a costed implementation plan. Assisted Sound Transit, Seattle, (WA) in developing an IT strategic plan. Project tasks J included assessing current technical architectures, identifying strategic issues for the department, assisting in the development of specific organizational recommendations, and identifying resource requirements. Served as project manager on a business planning engagement for the Washington Department of Transportation — Northwest Region. This project assessed current service delivery strategies and analyzed potential changes to the Region's IT Center organization and resources. It also evaluated funding and IT decision-making models, technical infrastructure, procurement strategies, and the Region's relationship with third- + party service providers. Led the development of strategic recommendations for future technology initiatives and assisted with implementation of changes to IT Center service delivery approach. Served as the project manager on a strategic systems planning engagement for the Washington Office of the State Treasurer. In an effort to ensure stakeholder ownership, our work plan involved every staff member of the agency, along with external stakeholder focus groups. This plan also included preparation of a general systems design for a treasury management system as a component of a feasibility study to secure funding for this critical project. Managed a strategic systems planning effort for the State of Washington's Department of Corrections (DOC). This comprehensive project reviewed applications, staffing, IT infrastructure, and IT decision making across the DOC's administrative, detention, and community supervision functions. The resulting report made sweeping recommendations to an organization that relied on dated applications and a poorly integrated IT infrastructure. Served as project manager for the Washington Wood Products Association, (WA) in an evaluation of its use of technology. PTI performed this work by conducting interviews with key stakeholders, performing market research, and reviewing current processes, documentation, and systems. I CONSULTANT SERVICES AGREEMENT - 64 (Over$10,000) f 1 l Assisted Airtouch, (WA)with the development of a strategic IT plan built upon internal IT work. Tasks included a full assessment of the application, data and technical architectures, and the processes for IT service delivery and decision-making. We identified key strategies that address those issues and presented a costed implementation plan. Served as project manager in the development of a strategic information technology plan for the Seattle Fire Department, (WA). Conducted interviews and focus groups with staff at all levels, assessed application, technical, and service delivery architectures at the Department, led analysis of staffing costs and customer satisfaction data, and evaluated technology decision-making processes. Led the PTI team through development of strategic issues for improving IT services and resources, and worked with Department staff to develop prioritized, costed implementation projects to improve IT at the Department. Served as project manager for the original strategic systems planning effort for Seattle City Light Department, (WA). The plan included an external benchmarking effort as well as a thorough evaluation of all aspects of information technology use at Seattle City Light. Facilitated all workshops and drove the overall direction of the strategy development effort. Worked with senior management at the Utility to develop and gain approval for the plan. Served as lead consultant on IT organizational analysis and staffing study for the City of Sunnyvale, (CA). Conducted interviews, focus groups, and workshops directly involving over 100 stakeholders—including City management and staff, City Council members, and representatives from the community. Analyzed data relating to technology planning, policies and procedures. Assessed data related to City staffing levels and labor allocation, IT spending, and technology infrastructure. Conducted a survey of peer cities to facilitate comparison of IT staffing approaches and expenditures. Developed practical and effective recommendations to improve IT services and align the City's approach to IT service delivery with PTI's targets for optimal IT service delivery. Also crafted an attendant transition plan aimed at implementing those recommendations. Served as lead consultant on the development of a district-wide information technology strategic plan for the Adams 12 School District, (CO). Conducted this exercise in partnership with a project steering committee consisting of representatives from District departments and schools. Conducted interviews, focus groups, and workshops involving over 120 stakeholders. Gathered and assessed documentation related to IT planning, policies and procedures, and district-wide planning initiatives. Analyzed data related to the District's current technical infrastructure and application portfolio. The work culminated in a "blueprint"for the future of IT at the District. PREVIOUS POSITIONS Manager, Deloitte &Touche Management Consulting, Seattle, WA (3 years) Sole Proprietor, Application Systems Design Group, Marlborough, CT (4 years) Senior Consultant, Teleprocessing Systems, Inc., Hartford, CT (1 year) Programmer/Analyst, The Aetna Life and Casualty Company (2 years) CONSULTANT SERVICES AGREEMENT - 65 (Over$10,000) I EDUCATION Master of Science (MS), Rensselaer Polytechnic Institute, 1986 Bachelor of Arts (BA), Princeton University, 1978. Double major in Religion and Psychology. 1 I 4 I 4 1 I 1 i i ti ,l CONSULTANT SERVICES AGREEMENT - 66 (Over$10,000) Dan Borgen — Lead Consultant Dan Borgen is a Co-Chief Executive Officer at Pacific Technologies, Inc. He is a seasoned IT professional with over 20 years of experience spanning an extensive background in a host of local government strategic systems planning, technology acquisition, and group facilitation. Dan has served on a host of local government IT planning and procurement engagements— including work for the cities of Boise (ID), Tacoma (WA), Vancouver(WA), Juneau (AK), Gresham (OR), Seattle (WA), Kirkland (WA) as well as West Basin Municipal Water District (CA) and the counties of Los Angeles (CA), Washoe (NV), Snohomish (WA), and King (WA)—to name just a few. Prior to becoming a co-owner of PTI, he helped establish and lead Deloitte & Touche's Pacific Northwest systems planning practice. Overall, Mr. Borgen is a creative thinker with a history of helping clients arrive at innovative, cost-effective solutions that make sense, get implemented, and deliver positive results. Relevant Consulting Experience Feasibility Studies And Procurement Assistance Assisted the City of Tacoma, (WA) in a large-scale procurement effort focused on replacement of their financial management, utility billing and customer service, maintenance management, and human resource systems. Scope included cost-benefit analysis, RFP development, vendor evaluation, and contract negotiation. Served as project manager for the City of Gresham, (OR) on project to implement an integrated financial and human resources system. The project scope included developing a needs assessment and defining functional and technical specifications for inclusion in a request for proposals (RFP). Also assisted with RFP development, proposal evaluation, demonstration script development, vendor selection and contract - negotiation. Served as lead consultant on an ERP procurement engagement for West Basin Municipal Water District, (CA). Dan supported project from needs analysis through RFP development and vendor selection. As part of this effort, Dan reviewed and analyzed the District's business automation and functional needs, reviewed market research, and identified vendor evaluation criteria. Managed a project that procured a new financial management system for the City of Vancouver, (WA). The effort included a needs assessment, requirements definition, RFP development, vendor selection, and contract negotiation assistance. Vancouver selected the ORACLE financial suite and successfully implemented the product on time and within PTI's recommended budget. Managed a project aimed at procuring new financial, human resource, and utility billing applications for the City of Kirkland, (WA). Our assessment work began by examining the City of Kirkland's tactical and strategic business needs. We also evaluated their existing applications, hardware, networks, and databases. We developed specific functional requirements for the new systems and recommended a technical architecture to support Kirkland's strategic business needs. In addition, we provided advice in the development of a request for proposals and proposal evaluation criteria. We participated in evaluating proposals from over a dozen vendors. CONSULTANT SERVICES AGREEMENT - 67 (Over$10,000) i Served as project manager on a three-year, $20+ million dollar customer service system procurement project for the City of Seattle, (WA). Includes developing a feasibility assessment; preparing a request for proposals; assisting with vendor evaluation, selection, and contract negotiation; developing an implementation plan; and providing project oversight and quality assurance during implementation. This systems project involved coordinating input from multiple City departments to develop a consolidated system for city-wide use. Served as project manager to conduct a return on investment (ROI) analysis for the City of Boise's, (ID) current enterprise resource planning (ERP) software (Oracle's PeopleSoft) and up to four alternative ERP solutions. PTI evaluated how well PeopleSoft meets the City's needs—quantitatively analyzing its 15-year ROI, and qualitatively assessing how well it supports city business processes and integrates best practices. We analyzed four alternatives — including Tier-1 and Tier-2 products, and outsourced services—identified through market research and a sister-city survey. PTI worked closely with the City's executive leadership team to select a preferred solution based upon "best fit," including cost, functionality, technical architecture, and risk. Served as the lead consultant on a comprehensive municipal software needs assessment and replacement for the City and Borough of Juneau, (AK). This effort documented business and functional requirements, analyzed the costs and benefits of various tax administration and ERP vendor alternatives, developed attendant recommendations, issued an RFP and chose a vendor. Served as lead consultant assisting the King County Department of Natural Resources and Parks, (WA) in an assessment to evaluate three replacement solutions of its current R:Base legacy system for work order management, accounts payable, and ' stores inventory management. PTI quantitatively analyzed the seven-year cost-benefit I and total cost of ownership of the three alternatives and documented a formal business case for system replacement. PTI worked closely with the County's project management team to select a preferred solution based upon "best fit," including cost, business benefit, functionality, technical architecture, and risk, and presented our findings and recommendations to the County's project review board. Served as project manager to assist the eCityGov Alliance, (WA) and 11 participating cities in developing a vision for regional permit management automation and analyzing attendant cost estimates for replacing existing systems. PTI identified critical business needs, conducted vendor research, and crafted four replacement scenarios. Utilizing our proven cost-benefit analysis methodology and tools, PTI identified 10-year cost estimates for each of the scenarios—including one-time procurement and implementation costs, recurring costs, and internal labor requirements. We worked in partnership with the project's steering committee to review findings and cost projections, develop criteria for selecting a preferred scenario, and identify key milestones and implementation considerations. f Served as lead consultant for the King County, (WA) Sheriff's Office Records Management System (RMS) procurement. Dan developed scoring materials using objective criteria to evaluate vendor's written responses and software demonstrations. These materials were used by the steering committee to make a final procurement decision. I S11 CONSULTANT SERVICES AGREEMENT - 68 (Over$10,000) Served as the lead technical consultant in the development of a conceptual design model for a comprehensive case management system for California's Child Welfare Services program. Responsibilities included the facilitation of multiple joint application l design (JAD) workshops which focused on the definition of a logical data model and a fully "decomposed" business functional model, utilizing Texas Instrument's Information Engineering Facility (IEF)design methodology and Computer Assisted Software i Engineering (CASE) software. Responsible for the development of the functional requirements for the State of California's Statewide Automated Child Support System (SACSS). Managed the design efforts for the creation of the SACSS logical application model. Participated in 11 California county-site visits and led multiple JAD sessions with representative IV-D personnel in the development of an advanced planning document (APD) and feasibility study to obtain federal funding. Developed the system's five-year maintenance and operations plan. Assisted Seattle City Light, (WA) in preparing a Project and Investment Evaluation for presentation to the City Council in justification of a $6 million work management system. Roles included facilitating process modeling workshops, defining user requirements, conducting market research, identifying costs and benefits of various options, and performing financial analysis. Served as project manager to assist the City of Bellevue, (WA) in procuring a new permit tracking system. Developed an RFP, facilitated demonstration script development, and assisted in proposal evaluation, vendor selection, and contract negotiation. Served as project manager to assist the City of Bellingham, (WA) in developing requirements for a new permit tracking system. Developed a request for proposals. Assisted in proposal evaluation, demonstration script development, vendor selection, j and contract negotiation. Strategic It Planning And Advisory Services Served as project manager on a strategic IT governance evaluation for the Washington y State House of Representatives. PTI facilitated focus groups to identify and document the perceived strengths and weaknesses of the IT governance and service delivery systems. In addition, PTI designed a survey to collect IT data from over 80 state agencies, managed and validated responses, and analyzed the data using engagement- specific performance measures. Served as project manager to facilitate the development of a citywide Information Technology Strategic Plan for the City of Redmond, (WA). Using proprietary data analysis tools, PTI collected and assessed detailed quantitative data related to citywide staffing and spending, and analyzed the City's current network architecture and application portfolio. Based upon these findings and an associated gap analysis, PTI facilitated a series of workshops with the City's executive team to articulate a strategic technology direction aligned with the City's business priorities and develop specific strategies and recommendations for IT staffing and organization, software priorities, technical infrastructure upgrades, IT governance and oversight. PTI developed a five- year implementation plan that details projects and associated costs, including low- and high-end estimates for both one-time and recurring costs. CONSULTANT SERVICES AGREEMENT - 69 (Over$10,000) I i Served as lead consultant for an IT Strategic Plan for the South Whidbey Island School District, (WA)#206. This work provides an independent review, needs assessment, and strategic information technology plan to support effective use of school levy funding across the District. PTI interviewed key management, conducted focus { groups, evaluated existing technologies and staffing, and surveyed both District stakeholders and peer organizations to gather information. Our work helped positions the District to improve administrative applications and establish a long-range plan for instructional computing. Served as project manager for an IT strategic plan for the Port of Los Angeles, (CA). This work includes an assessment of the Port's 5-Year Technology Plan and implementation projects for: alignment with its Strategic Plan; ability to meet future needs, capital improvements, and planned expansions; and balance across application, infrastructure, service delivery, and IT governance projects and initiatives. PTI is evaluating the budget, staffing, and organizational alignment implications of the Port's Technology Plan; identifying and assessing alternative structures for IT service delivery at the Port, including centralized, hybrid, and selectively outsourced IT support models, and making organization and staffing recommendations. PTI is also commenting on the IT governance structures, management procedures, and tools used to manage the plan's implementation. Served as project manager for an IT strategic plan for Orange County, (CA). This work focused on developing Orange County's Enterprise Architecture (EA) position. It involved a cursory assessment of the County's current technical and organizational position, and delved deeply into the information and data requirements necessary to design/augment business automation software. Ultimately, the project resulted in a defined, strategic IT and EA direction that guided future application development, use and integration across the County. Served as lead consultant for an engagement with the King County Superior Court, District Court, and Department of Judicial Administration, (WA) to develop a joint IT strategic plan. The effort required evaluated the software applications and IT infrastructure at each agency, identifying opportunities for sharing systems and infrastructure, developing a long-term goal state, and making associated recommendations. The work addressed both tactical concerns, such as automating building signage and strategic issues, such as establishing platforms for sharing data across the justice continuum. Served as quality assurance manager for our Information Technology Strategic Plan for the City of Vancouver, (WA). This effort resulted in the approval and funding by Council of several IT initiatives. As part of the planning process, we worked closely with Clark County Department of Information Technology (DoIT) staff to evaluate the fiscal and functional components of the IT services delivered to the City. Our work assessed and addressed issues related to IT organization and service delivery, application software, IT management, and decision-making and technical infrastructure. Served as project manager for the Clark County, (WA) strategic information technology plan. PTI used its proven strategic planning methodology to update the County's IT plan, originally developed by PTI in 2002. This update assessed the County's IT organization, service delivery, application portfolio, governance, and technical infrastructure— and identified progress since the previous planning effort. It recommended revised strategies as necessary, and developed an associated implementation plan. The assessment phase included interviews and focus groups with over 150 County stakeholders; a CONSULTANT SERVICES AGREEMENT - 70 (Over$10,000) } 1 technical inventory assessment, a review of the County's IT organization and staffing levels; development of models that reflect the County's major business functions and current IT decision-making processes, and a identification of major business drivers. The strategy phase recommended and prioritized an "ideal" application architecture, defined technical recommendations, validated and updated the County's decision-making model, recommended target staffing levels and resource allocations, identified high-yield application and technology opportunities, and suggested modifications to the County's existing service level agreement with the City of Vancouver. The County's business priorities, strategic initiatives, and policy objectives drove the development of all IT strategies and priorities. The final phase culminated with the development of an implementation plan, including project descriptions and costs, to serve as a "blueprint" for Clark County's IT investment and deployment over a five-year horizon. Served as project manager for a citywide IT strategic plan for the City of Rialto, (CA). PTI conducted this exercise in partnership with a project steering committee consisting of senior management representatives from all City departments. This group provided critical guidance to our team throughout the project.PTI supported the effort through interviews, focus groups, and workshops involving over 115 stakeholders. Our team also gathered and analyzed documentation related to IT planning, policies, and procedures, and citywide planning initiatives. Additionally, our consultants analyzed quantitative data related to citywide IT spending and support, and examined the City's current network architecture and application portfolio. Managed our engagement to develop an IT strategic plan for the Town of Truckee, (CA). Work included a comprehensive assessment of the Town's current IT position, the creation of a business function model, application reviews with the Town's "power users," and an analysis of key performance indicators. PTI crafted a three-to-five year project plan to serve as a "blueprint"for IT deployment at the Town. The plan included a manageable set of calendared projects— including lower- and higher-end cost estimates (both one-time and recurring) suitable for budgeting purposes. Served as project manager for a strategic IT plan for the City of Roseville, (CA). The work included an assessment of the City's IT organization. We analyzed staffing levels and labor allocations along major functional and business areas. This work led to a reorganization analysis and recommendations to increase staffing levels at the City. Served as the project manager for our work with the City of Walnut Creek, (CA) in the completion of a strategic IT plan. We conducted a customer satisfaction survey and benchmarked the City against comparable municipalities. Our work also included a comprehensive assessment of the City's current application portfolio, and IT service delivery organizational structure. Recommendations focused on future IT governance structure, application investments, and IT staffing and training. Served as quality assurance manager on an engagement to develop an IT Service Needs Assessment for the City of Fresno, (CA). This effort focused on organization of IT service delivery and management of infrastructure assets. Our team developed cost models, evaluated staffing levels and service performance metrics, and made associated recommendations. Served as quality assurance manager on a strategic IT plan for the City of Visalia, (CA). Working with a steering team that represented the cross-functional business needs of the City, we assessed Visalia's current IT position, developed strategic recommendations, and defined a costed implementation plan. CONSULTANT SERVICES AGREEMENT - 71 (Over$10,000) i Served as quality assurance manager on a strategic information systems plan for the City of Merced, (CA). We reviewed applications, IT service delivery, IT decision making, and technical architecture across the City and developed an IT plan that included specific strategies for each of these areas. Major applications reviewed included HTE, document management, and Geographic Information Sytems (GIS). We also analyzed the organization structure, staffing levels, and customer service provided by the IS Division at the City. Our final report included recommendations around the City's approach to maintaining HTE and implementing the web-based version, NaviLine. It also presented an implementation plan that outlined and priced projects that the City had prioritized highly. Served as quality assurance manager on a strategic IT planning engagement for the City of Oxnard, (CA). Scope for this full-service city's Master Technology Plan included a complete assessment of applications, technical infrastructure, IT staffing, and customer satisfaction. We also conducted a comparative survey of similar municipalities in California and neighboring states. Strategy development and implementation planning phases were similar in scope to our other comprehensive IT planning projects— resulting in a costed project plan suitable for budgeting purposes. Served as quality assurance manager on a project to develop the Fiscal Year (FY) 2005- 2006 Integrated Business Automation Plan for the Los Angeles County Chief Information Office, (CA). The work involved analyzing IT trends related to infrastructure, strategic IT projects, and spending within the overall context of county strategic goals. It also reviewed major County projects within the context of current municipal IT trends and presented an overview of significant departmental IT initiatives. Served as Project Manager on an engagement to develop an IT strategic plan for the City of Boise, (ID). This effort included interviews, focus groups, and workshops involving over 200 stakeholders. Our team also gathered and analyzed documentation related to IT planning, policies, and procedures, and city-wide planning initiatives. Finally, we analyzed quantitative data related to city-wide IT spending and support. Our work culminated in a high-priority set of costed projects, suitable for budgeting purposes. This plan was then presented to selected City staff and the Boise City Council. Served as the Lead Consultant in a County-wide IT Strategic Planning engagement for i Snohomish County, (WA). Responsibilities include developing a strategic goal state, quantifying project costs, and developing deliverables. This effort included interviews, focus groups, and workshops involving over 200 stakeholders. Additionally, PTI gathered and analyzed documentation related to technology planning, policies and procedures, and county-wide planning initiatives. To supplement our Snohomish County- related data collection and analysis, we utilized information gathered from a survey of peer counties to compare IT organizational structures, expenditures, and staffing levels. Work culminated in validation of our recommendations with the project's steering team, the creation of cost estimates, and a "blueprint" to guide technology investments and I deployment at the County over the next three-to-five years. Served as lead consultant for our strategic IT planning work for the Metropolitan Water District (MWD) of Southern California. This comprehensive engagement assessed MWD's applications, IT staffing, technical infrastructure, and decision making. We worked with an MWD steering team, made associated recommendations, and developed a fully costed implementation plan. 1 CONSULTANT SERVICES AGREEMENT - 72 (Over$10,000) I Served as project manager on a "situational assessment" of the San Diego County Water Authority's (CA), (Authority) IT planning approach. The analysis reviewed key IT planning documents (the Authority's FY 2003—2005 Budget Decision Package Requests, 1999 Strategic IT Plan, 2003 GIS Strategic Plan, and FY 2002—2003 Budget). PTI's two principals then conducted on-site interviews with over a dozen Authority stakeholders. We provided input to the Authority's Budget Review Board and presented preliminary findings and recommendations at the conclusion of our on-site sessions. Our work culminated in the delivery of a briefing that highlighted findings and recommendations attendant to IT decision making and budgeting. Served as the project manager on an engagement to develop a technology strategic plan for Washoe County, (NV). This effort included interviews, focus groups, and workshops involving over 200 stakeholders. Additionally, PTI gathered and analyzed documentation related to technology planning, policies and procedures, and county-wide planning initiatives. To supplement our Washoe-related data collection and analysis, we utilized information gathered from a survey of peer counties to compare IT organizational structures, expenditures, and staffing levels. Work culminated in validation of our recommendations with the project's steering team, the creation of cost estimates, and a "blueprint" to guide technology investments and deployment at the County over the next three-to-five years. Served as the project manager on our web business planning effort for Snohomish County, (WA). This comprehensive Internet planning engagement built a customer contact model, devised a Web application architecture, worked with the County's steering committee to prioritize investment opportunities, and analyzed costs and staffing requirements. We developed a four-year implementation plan, estimated associated costs and provided project descriptions. Served as project manager on a strategic systems plan for Clark County, (WA). This comprehensive planning effort assessed current IT applications, technology, service delivery and decision-making. It recommended strategies in each of these areas and developed an associated costed implementation plan. It also developed a separate process intended to allow the County to keep the plan current without further consultant i involvement. Served as project manager on a strategic IT plan for Deschutes County, (WA). Our work included a thorough assessment of current applications, technology infrastructure, IT service delivery and decision making, identification of key IT issues and strategies to address those issues, and a costed implementation plan. Served as lead consultant for King County, (WA) in the development of a comprehensive understanding of the County's total cost of delivering IT service. This project identified ongoing and capital costs associated with IT assets and infrastructure and provided a high-level view of the County's IT assets. As part of our work, PTI constructed, distributed, and analyzed a detailed matrix that enabled us to determine the total labor costs associated with providing IT service to all County agencies. It also allowed us to assess to key labor efficiency metrics, such as ratio of workstations to help desk staff, ratio of servers to server administration staff, etc. We also reviewed both enterprise and departmental IT budgets to validate the information received and, identify additional expenditures. CONSULTANT SERVICES AGREEMENT - 73 (Over$10,000) 1 Served as quality assurance project manager in an assessment of IT service delivery at Clackamas County, (OR). The work included in-depth analysis of IT staffing levels, services, labor costs, and service delivery approach. External and internal surveys were used to provide benchmarks. The work recommended changes to staffing levels, service offered, and service delivery approach as required. We also assisted with implementation. j Served as quality assurance manager on a project that assisted King County, (WA) with an analysis of mainframe usage options. Conducted focus groups and interviews to determine the usage and capabilities of the mainframe applications, developed options for the usage of the mainframe, and analyzed the costs and benefits associated with each. Seared as project manager on a strategic systems plan for the Clark County, (WA) Transportation Authority (C-TRAN). This full-scale planning effort included assessing current use of IT at C-TRAN, analyzing staffing and service delivery approaches, recommending future applications and technologies, recommending future staffing and service delivery approaches, and developing a costed implementation plan. / Served as project manager on a strategic IT plan for the City of Kirkland, (WA). Our assessment work included a thorough evaluation of Kirkland's software portfolio, IT 4 staffing levels, technical configuration, and budget. We also conducted numerous 1 interviews and focus groups, as well as an IT customer satisfaction survey—obtaining input from approximately 130 City stakeholders. Based on key issues defined in the J assessment, we developed strategies across the four IT planning dimensions —including specific recommendations for IT staffing and organization, software priorities, LAN/WAN upgrades, GIS, e-Government, PDA support and IT governance. Our work culminated in the creation of a costed implementation plan (suitable for budgeting purposes)that will I guide the deployment of IT at the City of Kirkland over the next four-to-five years. Served as project manager in developing a strategic technology plan to guide the City of r Scottsdale's (AZ) investments in information technology. Scope of work included a thorough assessment of the City's IT organization, application portfolio, technical infrastructure, and decision-making processes. PTI then developed future application and technical architectures along with IS service delivery/organization and IT governance recommendations. Our work also incorporated input from a customer satisfaction survey, an external benchmark survey, and citizen focus groups. Through our workshop-driven process we prioritized areas of greatest investment need and reached consensus on a costed "road map" for the City's future technical directions. Served as the project manager in the development of a comprehensive strategic IT plan for the City of Longmont, (CO). Our work addressed all aspects of IT service delivery, infrastructure, and governance. The project's scope also included focus groups with community & business representatives, a peer survey, and an assessment of IT outsourcing alternatives. Our work culminated in a recent presentation to Longmont's City Council that was extremely well received. Under contract to the State legislature, managed a project for the State of North Dakota to evaluate the State's approach to organizing and managing provision of IT services. This project gathered extensive information on IT labor costs and distribution of IT labor, evaluated workloads and performance metrics, and surveyed other states to provide meaningful external comparisons. Built financial models of various IT service delivery and organization models and made associated recommendations. � I CONSULTANT SERVICES AGREEMENT - 74 (Over$10,000) I Served as project manager in the development of a strategic information technology plan and governance process for the City of Bellevue, (WA). Our work Included analysis of the IT organization, applications, and technical infrastructure; vision and strategy development; recommendation of an application architecture; governance process definition; and implementation planning. Also served as project manager on a subsequent engagement to update the City's strategic enterprise IT plan —focused on positioning Bellevue for an enhanced presence in e-Government and regional IT cooperative efforts. Served as project manager on an enterprise strategic technology plan for the State of Alaska. Utilizing PTI's proven IT planning methodology; we analyzed IT service delivery, enterprise applications, IT infrastructure and technology governance across 20 State agencies. We developed an IT goal state, associated recommendations, and a set of I specific, strategic projects aimed at realizing the State's vision for enterprise IT. Served as quality assurance manager on our strategic planning engagement for the Town and School District of Brookline, (MA) aimed at aligning Town and School goals with their use of technology. The scope of this project included a comprehensive evaluation of IT systems and services across the Town and School, as well as comprehensive surveys of similar Town/School combined entities. We also evaluated the potential for synergies from combining certain IT services between Town and School and improving the return on the Schools' extensive investment in technologies to aid instructional delivery. Finally, we recommended an appropriate IT organizational structure and cost-sharing method that will best serve the interests of Town and School stakeholder, and developed a costed, strategic project plan that will support Town and School business objectives over the next three to five years. Served as project manager on an IT assessment for Ogden City, (UT). Conducted a comprehensive review of the City's IT service delivery, infrastructure, applications, i financial controls and governance through a series of interviews, focus groups, and quantitative analysis. Delivered a formal presentation of findings and recommendations to City Council and the local press. Served as quality assurance manager on our engagement to develop a technology master plan for the City of Bothell, (WA). The plan will guide IT investment and deployment at the City over the next three to five years, and provide a solid foundation for desired e-Government functionality in the future. The first phase of our work included a comprehensive assessment of current applications, GIS capabilities, technical infrastructure, IT service delivery, and technology-related governance. The engagement was highly participatory—incorporating input from over 150 City stakeholders through one-on-one interviews, focus groups, workshops, application and technical walk- throughs, and a City-wide customer satisfaction survey. The second phase of the project developed future application and technical architectures, articulates major application investment priorities, recommended a "to be" IT organizational model with associated staffing levels, and defined a recommended process for making major IT investment decisions. The engagement's final phase identified projects, timelines, and costs to implement the City's strategic direction. Served as the day-to-day project manager in an assessment of the effectiveness of information technology resources at the Port of Seattle, (WA) the fifth largest port authority in the United States. Reviewed the current business environment, analyzed the technology infrastructure, identified short-term opportunities for improvement, and defined long-term strategic issues. CONSULTANT SERVICES AGREEMENT - 75 (Over$10,000) Served as project manager to help Seattle Public Utilities, (WA) develop a Strategic Information Technology Plan. Also served as project manager to update to their plan. This work included an analysis of SPU's IT budget and IT staffing levels, as well as evaluations of their application portfolio and technical infrastructure. In addition, the work j included a review of SPU's decision-making process for IT investments and recommendations for improvements to the current process. The work culminated in a set of recommendations to provide SPU with direction for future investments in technology. 1 Served as quality assurance manager and lead consultant in the development of a strategic information technology plan for the Port of Portland, (OR). We performed a comprehensive assessment of the Port's IT infrastructure, service delivery, applications, Year 2000 issues, and governance processes. We developed a mission and supporting strategies for the Information Services Division and assisted in enterprise-wide business process improvement efforts. i Served as quality assurance manager and lead consultant in the development of an administrative information technology strategic plan for the Communications and Technology Center(CTC)for Washington's Community and Technical Colleges. The scope of this engagement included redefining the role and objectives of the CTC, recommending associated organizational structures and governances, and building consensus around the new governance structure. The project directly involved over 250 stakeholders across all levels of CTC's diverse service continuum, and included both instructional and administrative computing issues. Served as quality assurance manager on a strategic technology planning engagement for the Springfield, (OR) School District. The work included analyzing staffing and service delivery efficiency, conducting a benchmark survey, reviewing options for providing critical business applications and making associated recommendations. Served as quality assurance manager to update our previously-completed strategic plan for Seattle City Light, (WA) (Seattle's electric utility). Work included evaluating the 4 Utility's application portfolio, IT service delivery, technical infrastructure, and related decision-making. A major outcome of this effort was recognition that the Utility had not paid sufficient attention to the mission-critical nature of the Internet. Our recommendations addressed this key issue, along with other areas. Served as project manager in the development of the City of Vancouver, (WA) long- range technology plan. Led assessment of service delivery by City, County, and third- party vendors, conducted interviews and focus groups with City staff and internal and external surveys, facilitated workshops to develop new strategies for IT service delivery, decision-making, application development and technical infrastructure, led the development of a schedule of costed implementation projects. Served as quality assurance manager for our management information systems plan with the City of Burien, (WA). The project's goal was to provide an objective assessment of the state of IT within the City, develop strategies designed to meet the City's present and future information technology needs and develop an implementation plan that lays out projects and associated costs over the next several years. The work also included evaluating and costing Internet investments. Served as project manager in the development of a comprehensive systems planning engagement for the City of Mercer Island, (WA). In the course of this work, we , assessed their IT organization, applications and technical infrastructure. We developed a business function model and corresponding application and technology architectures. CONSULTANT SERVICES AGREEMENT - 76 (Over$10,000) 1 PTI developed specific strategies for the City's core financial system, GIS, and WAN. The engagement culminated in the creation of a costed implementation plan. We also outlined a process for periodically updating the plan and governing future IT decision making. Served as project manager in the development of a strategic systems plan for the City of Olympia, (WA). The project included a comprehensive assessment of IT service delivery, interviews and focus groups with City Council members, management and staff; internal and external surveys, evaluation of applications and technical infrastructure, strategy development; and the establishment of a costed implementation plan. Served as quality assurance manager on an IT master plan for the City of Bellevue's (WA) Police and Fire Departments. Utilizing PTI's proven strategic IT planning methodology, we addressed the four key dimensions of IT: applications, infrastructure, service delivery, and decision making. Work included a comprehensive assessment of departments' software portfolios (including CADtRMS, incident management, trend analysis, etc.), IT governance model, staff allocation, spending, and technical architecture. The second phase developed an IT mission and associated strategies, specific staffing recommendations (including the need for new Police and Fire IT units), a revised IT governance model with defined roles and responsibilities, a prioritized list of application needs for both departments, and targeted infrastructure recommendations (including significantly expanded wireless service). The final phase developed an actionable implementation plan, defining projects, timelines, and costs (both one-time and recurring) for both departments. Served as the quality assurance manager on an assessment of IT use at Seattle's (WA) public safety agencies (police, courts, and law). The work involved analyzing and costing IT services delivered, reviewing technical infrastructure and application portfolios, and reviewing security drivers and issues. Other jurisdictions were surveyed to provide benchmarks. Recommendations were oriented toward improving the efficiency and effectiveness of IT support across the City's public safety agencies. Served as quality assurance manager in the development of a strategic information technology plan for the Seattle Fire Department, (WA). Conducted interviews and focus groups with staff at all levels, assessed application, technical, and service delivery architectures at the Department, led analysis of staffing costs and customer satisfaction data, evaluated technology decision-making processes. Led the PTI team through development of strategic issues for improving IT services and resources, and worked with Department staff to develop prioritized, costed implementation projects to improve IT at the Department. Assisted Sound Transit, (WA) in developing an IT strategic plan. Project tasks included assessing current technical architectures, identifying strategic issues for the department, assisting in the development of specific organizational recommendations, and identifying resource requirements. CONSULTANT SERVICES AGREEMENT - 77 (Over$10,000) �I Assisted on a business planning engagement for the Washington Department of Transportation — Northwest Region. This project assessed current service delivery strategies and analyzed potential changes to the Region's IT Center organization and resources. It also evaluated funding and IT decision-making models, technical infrastructure, procurement strategies, and the Region's relationship with third-party service providers. Led the development of strategic recommendations for future technology initiatives and assisted with the implementation of changes to the IT Center service delivery approach. Served as quality assurance manager and lead consultant on an engagement with the Office of the State Treasurer— State of Washington. The project was centered on the development of a tactical and strategic systems plan and a general systems design for a treasury management system as part of a feasibility study for Type II funding. Served as project manager on an engagement for the Fred Hutchison Cancer Research Center, (WA)to develop a costed "blueprint"for the future to guide the use of IT across four primary dimensions: technical infrastructure, service delivery, decision making and applications. The project included focus groups, interviews, and a costed implementation plan. The planning process needed to be attentive to the distinct business needs and funding differences between the Center's administrative and scientific functions—with an eye toward developing "standard solutions to non-standard problems." Served as project manager on IT organizational analysis and staffing study for the City of Sunnyvale, (CA). Conducted interviews, focus groups, and workshops directly i involving over 100 stakeholders—including City management and staff, City Council members, and representatives from the community. Analyzed data relating to technology planning, policies and procedures. Assessed data related to City staffing levels and labor allocation, IT spending, and technology infrastructure. Conducted a survey of peer cities to facilitate comparison of IT staffing approaches and expenditures. Developed practical and effective recommendations to improve IT services and align the City's approach to IT service delivery with PTI's targets for optimal IT service delivery. Also crafted an attendant transition plan aimed at implementing those recommendations. Served as a project manager on the development of a district-wide information technology strategic plan for the Adams 12 School District, (CO). Conducted this exercise in partnership with a project steering committee consisting of representatives from District departments and schools. Conducted interviews, focus groups, and workshops involving over 120 stakeholders. Gathered and assessed documentation related to IT planning, policies and procedures, and district-wide planning initiatives. Analyzed data related to the District's current technical infrastructure and application portfolio. The work culminated in a "blueprint" for the future of IT at the District. Presentations/Roundtables i "Practical Tips for IT Planning and Performance Measures"—Association of County and City Information Systems (ACCIS) Conference, 2008 "Demonstrating the Business Value of IT" — Municipal Information Systems Association of California (MISAC) State Conference, 2008 1 CONSULTANT SERVICES AGREEMENT - 78 (Over$10,000) Previous Positions Senior Manager, Deloitte &Touche Management Consulting —Seattle, WA Senior Business Systems Analyst, Chemical Bank of New York— New York City, NY Technical Consultant, General Electric Information Services — New York City, NY Education Master of Computer Science course work, The City College of New York Bachelor of Music, Manhattan School of Music CONSULTANT SERVICES AGREEMENT - 79 (Over$10,000) 1 I Nicole Simpkinson — Senior Consultant Experience Summary Nicole Simpkinson has over 14 years experience facilitating single and multi- jurisdiction technology initiatives for local government, specializing in general ) government, public safety, emergency management, transportation, natural resources, and health and human service agencies. Her background includes technology planning and implementation; quality assurance; feasibility studies; policy and program assessment and development; process improvement; and organizational design, development, and review. Nicole is a certified Project Management Professional (PMP) and an experienced facilitator and mediator. She also has been a featured speaker on strategic planning and government technology trends at regional association conferences. She is skilled in data and market analysis, survey design and analysis, trend and risk analysis, best practice analysis, strategic communications, facilitation, and ` outreach. Prior to joining PTI, Nicole served as principal for Isaak Associates in i Puyallup, WA. Nicole is an analytical, practical planner who is results-oriented. Her inclusive approach and personable style helps clients build consensus around solutions that work and get implemented. Experience Detail Procurement Assistance and Feasibility Studies Assisted the eCityGov Alliance, (WA) develop a vision for shared permit management automation and evaluate multi-city system replacement scenarios. Working with the Alliance's steering committee, Nicole defined four replacement scenarios, including: a single, shared license solution; individually licensed solutions; and a combination of 1 solutions for smaller and larger participating cities based upon city size, unique 1 functional requirements, and budget considerations. Using PTI's proven feasibility and cost-benefit analyses frameworks, Nicole developed 10-year cost estimates for each of } the scenarios, including one-time procurement and implementation costs, recurring costs, and internal labor requirements. She worked with the Alliance's steering committee to review these assessment findings, develop criteria for selecting a preferred scenario, and identify critical milestones and key implementation considerations. Served as project manager in assisting the Irvine Ranch Water District (CA) conduct a financial management needs assessment and enterprise resource planning (ERP) feasibility study. Nicole led the assessment of the District's current AS/400 legacy system for financial management, human resource management, payroll, and utility billing and the 15-year cost analysis of enhancing the current system to meet needs or implementing a commercial off-the-shelf(COTS) replacement solution. She worked closely with the District's steering team to select a preferred solution based on seven criteria, including strategic fit, functional capability, technical architecture, and cost. 1 CONSULTANT SERVICES AGREEMENT - 80 (Over$10,000) ' Served as project manager on PTI's engagement with King County Department of Natural Resources and Parks (WA), assessing the department's current R:Base legacy system for work order management, accounts payable, and stores inventory management, and evaluating three replacement solutions. Nicole led the quantitative analysis of the seven-year cost-benefit and total cost of ownership of the three alternatives and documenting a formal business case for system replacement. She worked closely with the County's project management team to select a preferred solution based upon "best fit," including cost, business benefit, functionality, technical architecture, and risk, and presented PTI's findings and recommendations to the County's project review board. Served as a consultant, conducted an enterprise resource planning (ERP) return on investment (ROI) analysis for the City of Boise, (ID). Nicole evaluated how well the City's current ERP software (Oracle's PeopleSoft) meets the City's needs— quantitatively analyzing its 15-year ROI, and qualitatively assessing how well it supports city business processes and integrates best practices. She also conducted market research and survey of nine sister-cities to identify up to four alternative ERP solutions, including Tier-1 and Tier-2 products, and outsourced. She worked closely with the City's executive leadership team to analyze these alternatives and select a preferred solution ,j based upon "best fit," including cost, functionality, technical architecture, and risk. Assisting the State of Alaska to develop a comprehensive request for proposals (RFP) for a statewide enterprise resource planning system (ERP). The ERP will replace the state's finance, budget, procurement, human resource, and payroll systems. Utilizing PTI's forms-based approach to RFP development,Nicole is defining both functional and technical requirements for new administrative system(s). She is working closely with the state to define final selection criteria, and will be assisting the state in the final vendor selection process, including proposal evaluation, cost bid normalization, and vendor demonstrations. Served as project manager in assisting the State of Alaska procure a comprehensive, integrated browser-based time and attendance system to support over 16,500 employees statewide. Nicole supported the State's Proposal Evaluation Committee in developing a request for proposals, evaluating vendor proposals, conducting vendor demonstrations, and assessing best and final offers. Served as a consultant on an ERP procurement engagement for West Basin Municipal Water District, (CA). She coordinated the development of demo scripts for vendors to demonstrate the capabilities of their systems. She facilitated the development of final selection criteria and materials in support of the selection committee's final evaluation workshop. Served as project manager in assisting the King County Sheriff's Office (WA) map more than 30 "as-is" business processes in support of its records management system (RMS) replacement efforts. Nicole worked with subject matter experts and business process specialists to document system-related business processes, identify system interfaces, and determine opportunities to use new automation to improve current business processes. CONSULTANT SERVICES AGREEMENT - 81 (Over$10,000) i Quality Assurance And Project Management Serving as project manager, providing quality assurance services to the City and Bureau of Juneau, (AK)for the implementation of an integrated land and revenue j management system. Nicole is providing an independent and objective review of the project, including ongoing assessments of project progress; management processes; design, development, and implementation activities; and deliverable quality. She regularly interviews steering committee members, project team members, business and technical experts, end users, and vendor project team members, and works closely with the project steering committee and management team to provide early identification of issues and risks to project schedule, cost, quality, operations and work processes, or organizational readiness for change. Nicole develops and delivers monthly quality assurance reports documenting quality assurance findings—and mitigation strategies— in the areas of: leadership and credibility; project governance and controls; project approach; project management; project resources; project communications; and technical approach. Supported the enterprise resource planning (ERP) replacement efforts for the City and Borough of Juneau, (AK). Nicole developed an integrated project plan and detailed work breakdown structure for the implementation of a replacement ERP system, including financial management, project accounting, contract management, human resource management, utility billing, property tax billing, land management, and business intelligence reporting modules. She is coordinating with multiple vendors and City and Borough staff to define implementation tasks and project milestones, develop task timelines, identify dependencies and critical path, and assign labor effort and resources. The integrated project plan includes all implementation-related activities, including project governance, project cost management, scope change management, ' communications and change management, risk management and quality management as well as system design, configuration, testing, training, and go-live. Strategic Technology Planning i Served as a consultant on a strategic IT governance evaluation for the Washington State House of Representatives. Nicole analyzed IT staffing and spending data, reviewed IT asset inventories, facilitated focus groups with over 100 state agency stakeholders, and surveyed over 70 state agencies to identify strengths and weaknesses of the IT governance structure and service delivery system. In addition, she reviewed industry best practices and surveyed peer states to identify potential opportunities for improvement. PTI's recommendations encompassed a reorganization of the service delivery model and changes to the IT governance structure that would result in both improved effectiveness and short-and long-term cost savings. Facilitated the development of an Information Technology Strategic Plan for the Port of Los Angeles, (CA). Nicole reviewed and assessed the Port's draft Five-Year Technology Plan and implementation projects for: alignment with the port-wide strategic plan; ability to meet future needs, capital improvements, and planned expansions; and balance across application, infrastructure, service delivery, and IT governance projects and initiatives. Using PTI's structured interview methodologies and survey tools, Nicole i analyzed the Port's current network architecture and application portfolio and collected detailed quantitative data related to port-wide staffing and spending. She evaluated the budget, staffing, and organizational alignment implications of recommended technology projects and identified and assessed alternative structures for IT service delivery at the Port, including centralized, hybrid, and selectively outsourced IT support models. Based i CONSULTANT SERVICES AGREEMENT - 82 (Over$10,000) 1 upon these findings, she facilitated a series of workshops with the Port's executive team to develop an IT vision and specific strategies aligned with the Port's strategic plan and business needs. She developed a five-year implementation plan that details projects and associated costs, including lower- and higher-end estimates of both one-time and recurring costs. j Supported the County of Los Angeles, (CA) to redesign its information technology annual report for 2008-2009. The new report format and content showcases the use of technology as a business enabler within the County, and provides county elected officials, leadership, and stakeholders a business-focused overview of the current state of IT in the County. Nicole worked closely with the County to identify county-specific performance metrics—based on IT trends and best practices—that facilitate an executive-level understanding of: 1) how the County's IT compares to best practices, and 2) opportunities for enhanced performance. The redesigned report articulates the County's new business imperatives and IT strategic direction, identifies trends impacting IT and IT service delivery, provides an overview of the County's current technology environment, analyzes of the County's IT budgeted expenditures, presents progress on countywide performance metrics, and summarizes major IT initiatives. i Facilitated the development of a citywide Information Technology Strategic Plan for the City of Redmond, (WA). Using PTI's proprietary data analysis tools, Nicole collected and assessed detailed quantitative data related to citywide IT staffing and spending, and analyzed the City's current network architecture and application portfolio. Based upon these findings and an associated gap analysis, she facilitated a series of workshops with the City's executive team to articulate a strategic technology direction aligned with the City's business priorities and develop specific strategies and recommendations for IT staffing and organization, software priorities, technical infrastructure upgrades, IT governance and oversight. She developed a five-year implementation plan that details projects and associated costs, including low- and high-end estimates for both one-time i '1 and recurring costs. Facilitated the development of an Information Technology Strategic Plan for the County of Orange, (CA). Nicole facilitated the development of the County's enterprise architecture. This work involves a summary assessment of the County's current technology environment, and delves deeply into the information, data, and infrastructure requirements for the development and support of the County's business automation software. In support of this effort, Nicole conducted a survey of peer counties and performed a comparative analysis of IT organizational structures, expenditures, staffing levels, and enterprise technologies. She also completed a portfolio analysis of the County's current and planned IT projects, reviewing project cost, risk, and anticipated business value delivered. She is facilitating a series of strategy development workshops involving over 200 County participants that will result in specific recommendations for the County's application, data and information, and technology architectures, as well as for the IT governance and organization. Facilitated the development of an IT Strategic Plan for the City of Bothell, (WA). Nicole collected and assessed detailed quantitative data related to citywide staffing and spending, and analyzed the City's current network architecture and application portfolio. She conducted client interviews and focus groups as well as application reviews with power users. She conducted a survey or peer counties and performed a comparative analysis of IT organizational structures, expenditures, and staffing levels. Based upon these findings and an associated gap analysis, she facilitated a series of workshops with the City's Executive Leadership Team to develop strategies for meeting the City's CONSULTANT SERVICES AGREEMENT - 83 (Over$10,000) 1 present and future needs across four key IT dimensions: applications, technical infrastructure, service delivery, and decision making. She developed specific recommendations and a five-year implementation plan that details projects and ; associated costs, including lower- and higher-end estimates of both one-time and recurring costs. Facilitated the development of an IT Strategic Plan for the City of Vancouver, (WA). Using PTI's structured interview methodologies and survey tools, Nicole collected and assessed detailed quantitative data related to citywide IT staffing and spending, and analyzed the City's current network architecture and application portfolio. Based upon these findings and an associated gap analysis, she facilitated a series of workshops with the City's executive management team to develop strategies for meeting the City's present and future needs across four key IT dimensions: applications, technical infrastructure, service delivery, and decision making. She developed specific recommendations and a five-year implementation plan, and presented these to the city council Facilitated the development of an IT Strategic Plan for the Municipal Water District of Southern California (CA). In a series of interviews and focus groups with district staff, supported by document review, Nicole identified environmental drivers affecting business and information technology at the District. Using PTI's structured interview methodologies and survey tools, Nicole collected and assessed detailed quantitative data related to district-wide IT staffing and spending, and analyzed the District's current network architecture and application portfolio. Based upon these findings and an associated gap analysis, she facilitated a series of workshops with the City's executive management team to develop strategies for meeting the City's present and future needs across four key IT dimensions: applications, technical infrastructure, service delivery, and decision making. She developed specific recommendations aligned with the District's business priorities and a five-year implementation plan that details projects and associated costs, including lower-and higher-end estimates of both one-time and recurring costs. f Facilitated the development of an IT Master Plan for the West Basin Municipal Water District (CA). In a series of interviews and focus groups with district staff, supported by document review, Nicole identified environmental drivers affecting business and information technology at the District. Using PTI's proprietary data analysis tools, she assessed the District's current technology baseline position, including an analysis and efficiency evaluation of the District's current IT services provider. Based upon these findings and an associated gap analysis, she facilitated a series of workshops with the District's executive team to articulate a strategic technology direction aligned with the District's business priorities and identify requisite modifications to the current technology architecture, IT staffing and organizational strategies, and governance recommendations to enhance IT decision making for major IT investments. Nicole's work culminated in the creation of an actionable implementation plan, including a core set of specific projects f with attendant timelines and budget estimates. I I i CONSULTANT SERVICES AGREEMENT - 84 (Over$10,000) Selected Presentations "Public Sector Project Management" The Project-Centered Organization for Public Sector Executives sponsored by The Anderson School at UCLA "Successful Project Management" National Association of State Telecommunications Directors (NASTD) National Conference "Strategic Systems Planning" Association of Public-Safety Communications Officials (APCO)Western Regional Conferences "Top 10 Trends in Government Technology" Justice and Public Safety Regional Conference Previous Positions Principal, Isaak Associates, Puyallup, WA (2005 - 2006) Project Manager, Washington State Association of Counties, Olympia, WA (2003 - 2004) Consultant, Sterling Associates, LLP, Olympia, WA (2001 - 2003) Consultant, Miralto Consulting, Los Angeles, CA (1999 -2001) I Consultant/Senior Consultant, The Warner Group, Woodland Hills, CA (1994 - 1997) Education Master of Business Administration (MBA) (1999) The Anderson School at UCLA, Los Angeles, CA. Public/Not-for-Profit Management and Management Communications. Graduated with Distinction. Bachelor of Arts (BA) (1994) Claremont McKenna College, Claremont, CA. Policy& Organizational Studies/Sociology. Graduated Magna Cum Laude. Certified Project Management Professional (PMP) (2000) CONSULTANT SERVICES AGREEMENT - 85 (Over$10,000) Tracie Jacinto - Staff Consultant Experience Summary Tracie Jacinto is a Staff Consultant at Pacific Technologies, Inc. She finished her undergraduate education in Business majoring in Management Information Systems, Finance, and International Business. Tracie is a skilled business analyst and technical developer. She has a proven track record of success in analyzing business processes and providing solutions to reduce the time and expenses to increase business profitability. Prior to working for PTI, Tracie worked as a Business Systems Officer and Information Management Analyst in Ij the banking industry. Tracie led procurement efforts for enterprise wide IT systems for the Division and facilitated business process improvement projects. She provided a variety of business and technology services to multiple departments in the Wealth Management Division including, Private Wealth Management, Institutional Wealth Management, compliance & Fiduciary Services, Person Trust & Benefit Plans and the Trust Service Center (Operations). She has also been employed by several military defense contractors including General Dynamics, Raytheon and FGM, Inc. as a software developer. i Experience Detail Currently assisting the Alderwood Water and Wastewater District (WA) to procure IT infrastructure support vendor services for the current technology architecture (e.g., networks, operating systems, applications, telecommunications). Tracie performed reference checks for finalist vendors and developed scoring tools to evaluate vendor responses to the request for proposal. PTI developed the request for proposal document. This project will culminate in a final contract for the District and vendor. Served as a consultant, conducted an enterprise resource planning (ERP) return on investment (ROI) analysis for the City of Boise, (ID). PTI evaluated how well the City's current ERP software (Oracle's PeopleSoft) meets the City's needs —quantitatively analyzing its 15-year ROI, and qualitatively assessing how well it supports city business processes and integrates best practices. Tracie assisted this effort by conducting market research and a survey of nine sister-cities to identify up to four alternative ERP solutions, including Tier-1 and Tier-2 products, and outsourced. Served as a consultant in assisting the King County Sheriff's Office (WA) map more than 30 "as-is" business processes in support of its records management system (RMS) replacement efforts. Tracie worked with subject matter experts and business process specialists to document system-related business processes, I identify system interfaces, and determine opportunities to use new automation to improve current business processes. Consulted on the Seattle and King County Department of Public Health's development of a revised technology qualifications report and a business case for the Systemwide Enhanced Network Design (SEND) Strategic Initiative. The initiative's goal is to enhance the quality and timeliness of regional emergency medical services (EMS) data. This project began with an assessment of the County's existing EMS regional system information flow, including to and from computer-aided dispatch (CAD) centers, hospitals, EMS/fire agencies, and the EMS Division. Following the assessment, PTI helped facilitate SEND committee to consensus on three i potential enhancement solutions, which were then evaluated from functional, risk, and market perspectives. Tracie helped develop revised total cost estimates — suitable for comparative and budgeting purposes —for both procurement and implementation of a new architecture, and facilitated selection of a preferred solution. This project culminated with the development of a revised technology qualifications report, a business case, i and an associated presentation to the King County Project Review Board. Currently supports a city-wide technology infrastructure assessment for the City of Pasadena (CA). Through this assessment, the city will gain a clear understanding of its current IT service levels, IT service quality, technical environment, potential risk factors, and the true cost of technology at the city. Tracie conducted focus groups and interviewed key stakeholders to gather first hand information about how well IT supports the 4 delivery of municipal services. He also analyzed the technical architecture (hardware, networks, servers, applications, specialized devices)—and IT service delivery (customer services, application services, infrastructure services, and planning and administration). This assessment will culminate in a series of recommendations aligned with Pasadena's strategic priorities. These recommendations will be validated by the technology governance committee and will provide specific, implementable guidelines for moving forward. 1 Served as staff consultant on a strategic IT governance evaluation for the Washington State House of Representatives. PTI facilitated focus groups to identify and document the perceived strengths and weaknesses of the IT governance and service delivery systems. Tracie researched best practices and developed a survey for peer states and conducted executive-level interviews to identify potential opportunities for improvement and lessons learned in IT governance and IT service delivery. Tracie also played a pivotal role in the data collection and analysis of IT inventory, staffing, and operations and maintenance budget data from over 70 state agencies. She assisted in validating responses and analyzing the data using engagement- specific performance measures. This analysis provided the foundation for identifying opportunities for improvement and recommendations for IT service delivery. Currently is a consultant for the City of Redmond (WA) to evaluate the current city website and develop plans to update and improve the site. Tracie facilitated focus group sessions involving over 50 stakeholders to identify key findings. She also developed a web survey and customer contact model and analyzed the web functionality of the existing site. This project culminates in developing recommendations, implementation plan, and a web needs assessment report for the City. Supporting the County of Los Angeles, (CA) to redesign its information technology annual report for 2009- ' 2010. This report showcases the use of technology as a business enabler within the County, and provides county elected officials, leadership, and stakeholders a business-focused overview of the current state of IT in the County. Tracie is working closely with the County to identify county-specific performance metrics—based on IT trends and best practices —that facilitate an executive-level understanding of: 1) how the County's IT compares to best practices, and 2) opportunities for enhanced performance. The redesigned report articulates the County's new business imperatives and IT strategic direction, identifies trends impacting IT and IT service delivery, provides an overview of the County's current technology environment, analyzes of the County's IT budgeted expenditures, presents progress on countywide performance metrics, and summarizes major IT initiatives. Previous Positions Business Systems Officer, Wealth Management Division, First Hawaiian Bank (2007 - 2008) Information Management Analyst, Wealth Management Division, First Hawaiian Bank (2006 —2007) Software Developer Intern, FGM Inc. (2006) Student Assistant Program Coordinator, National Student Exchange Program, University of Hawaii at Manua (2004—2005) Student Assistant Advisor/ Special Programs Assistant, Office of Student Academic Services, Shidler College j of Business, University of Hawaii at Manoa (2001 —2004) Intern, Anteon (General Dynamics) Corporation, Department of the Navy Pacific Missile Range Facility, Barking Sands (2003) Intern, Solipsys (Raytheon) Corporation (2002) Education 1 Bachelor in Business Administration (BBA) Degree, Majors: Management Information Systems, Finance, International Business, University of Hawaii at Manoa, 2005 Certificate in International Management, Pacific Asian Management Institute, University of Hawaii at Manoa, 2005 1 I 1 R t i 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. 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 11 85. 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. 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 $2,000,000 per accident. 2. Commercial General Liability _insurance shall be written with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate and a $4,000,000 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. 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. f 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. I 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. I I I �J I 1 I I i ACORD CERTIFICATE OF LIABILITY INSURANCE OPID R5 I °"$""' j PACI 34 09 18 09 MaINt$B THIS CERTIFICATE IS ISSUED AS AMAHER OF INFORMATION ONLYAND CONFERS NO H(GRTS UPON THECERTIFICATE Redmond Geaerel Inaozeooc Agcy HOLDER.TFSS CERTIFICATE ODES NOT AMEND.EXTEND OR PO Tics 047 ALTERTHECOVERAGE AFFORDED BYTHE POLICIES BELOW. R.dmond NA 90073-0047 Phoa.:425-805-2283 Enr:425-085-6631 INSURERS AFFORDING COVERAGE NATCI WIWENA Fua$t t Aa,ap 25879 WPWMII{ F1tI�aM!P>en Temww M- Paoifi. T..haole Inc mIpWG Bellew. VA 98007 21t Wlpt.p. WILXIMIB COVERAGES TNjP4 NNW INNL"=UOMNN NNAY!$@fII['JW TPTMFWIMF/wYIDM'.MR KATIE W14N:Yapg9lMYAftd RYwMIIMIpN] WNYR4J�/Pb1aIT1SPNpkp31MNN 4YNMOp0M6Tpt01NNIp5ElNOlIYiDHKY`4GT T9wWlT nft!NNYpIiMSMIf NwYIl NI4WOX NAY IINT/.N.TNSNYUMHCRMlggp9HlMNpY,It OFJMiWIRNOM yMN(L110M1L1NlTEIW{.IMb, 9ElNpfiWIMMA;N 1glICIN.AWIM$pATl0W4Mplp WYwVlmeNae)LKmN MgpAO". LT FAHIOPINNATANrtA PoLgymuNA40 LYgI IMfflbm SWIV MEN ,.a..y_ t2,000,000 A X TXWtA NIe1SW.GEApt4 WPANY I6807112HO19 12J01/OB 12JOLJ04 PRlNie _maaam 5300 OOO GINNIMAN O06GE mwwq%TN Nw) $5 000 Stop GNP EMPLOYEE LIABILITY P"P. I WauNB[ t2,000,000 f EEIlyLLA3Gffi m 94,000,000 <aILI.APpNMiIPPUFsWOaL'Mw.MPR PlppG!{-pFNAYnMA $4 000 000 WUEY ,mCT lEq ANIENMNI WSLHV A PINY AUW I6807112HO19 12/01/08 12/01/09 (!`ww"auole LilR Y2,000,000 NIEMNNWANTp$ y Nw®u$W AUTe$ $ x Nw6Auro{ BtaLYIwpY X NpTdYHWMIILN PMM aK<aN�m40 i CNNN,oe "W Ayt05WLY-yM AEFNNRR $ MNAVW DMVI ftw $ WdLA A94 $ Aa$BNNMMIALwI111Y YANOECMMBElE6 $ YppNA qp/"I{NApI AgSAMAT! S $ lN9LGeall $ AlT4NapI # 1 sn{N$N{MYPRIMININwP tnsM H4LEklByU,uMRy APy IaLc Nelms I5807112E014 12(01/08 12J01(09 lLMLWwegFM $1 000 000 oTedwNl!llUPW1 aroma.sm.oP.v XtplMe!-d$NNM TS 00P 000 1 p6 1N0MMr BN.pPlAAl-Wwff $1 000 000 IS Pznf ..:W a 360 121I20049243 11/21/05 11J21/09 Na.h C. $1,000,000 Claims Nsdm ft. RATRO DATE it/21/0 D.d $5,000 Th. City o£ x.nt, its officers, ofFicials, employees, .gents end voZnateers ere named u Additional Insar.d per CGD252 08/05 6 CGO037 04/05 if :.wised by oritt.a contract scspe.t 8ea.rel liability Daly. Wad' .. of 8ubzogetion is ia.Znded NiEh for. CGD186 11,103, r10 Dny Notice o£ Cenc.11ntion for Nea-Pays CERDFIGATEHOLDER CANCELLATION CITIOPX NNW AWWINIIASMON mum aE11-09E 11LLWMPaX$M$4aP.ATIN ANa amIWP.TNN{YINENNaAIITYILLa.MWII TOwN 30- OAYIN.TTpI 11hN41iMM MIEMTIKAM MELWMwMW MTNl14R,MITMttw4 W 0a Ma16111. S. City a£22 Mb11NtlENpAIgN011LMHN�M1'a/3YYNWOUPENTN$N9w!!A$AGiINe$ 220 - Sth Ave S. Lent NA 98032 AIPMP TATMA ACORD 25(MIABB) OACORO CORPORATION TS08 Kent City Council Meeting Date October 20, 2009 Category Consent Calendar - 6D 1. SUBJECT: TRAFFIC CALMING STANDARDS RESOLUTION - ADOPT 2. SUMMARY STATEMENT: Adopt Resolution No. repealing Resolution No. 1804 and readopting the same language together with a provision that allows the Director of Public Works to exercise discretion under special circumstances to allow deviation from the adopted standards for the implementation of Phase 2 traffic calming measures. 3. EXHIBITS: Public Works Memorandum dated 10/1/09, Resolution and Area Map 4. RECOMMENDED BY: Public Works 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: 5 LAW DEPARTMENT Tom Brubaker, City Attorney Phone: 253-856-5770 ZKEN T Fax: 253-856-6770 WASHINGTON Address: 220 Fourth Avenue S. Kent, WA. 98032-5895 Date: October 1, 2009 To: Chair Debbie Raplee and Public Works Committee Members PW Committee Meeting Date: October 5, 2009 From: Susan Jensen, Assistant City Attorney Through: Tim LaPorte, Deputy Director Public Works CC: Chad Bieren, Rob Knutsen, Steve Mullen, Cheryl Viseth Regarding: Proposed Amendments to Traffic Calming Standards I MOTION: Move to recommend that Council adopt a resolution repealing _ Resolution No. 1804 and readopting the same language along with the addition of a provision that would allow the Director of Public Works to exercise discretion under special circumstances that would allow deviation from the adopted standards for the implementation of Phase 2 traffic calming measures. SUMMARY: Twenty-two out of thirty-four residents in the Erin Glade subdivision have signed a petition to the City asking for speed bumps to slow down traffic on SE 272"d Place and 111th Place SE. The speed and volume of traffic measured on these streets do not presently meet the standards to justify the placement of Phase 2 traffic measures. Council member Harmon and the petitioners do not believe that Phase 1 measures are adequate. The Committee directed Staff to offer an amendment that would enable Phase 2 measures in the Erin Glade subdivision. The resolution proposed would preserve existing standards and, in addition, vest in the Director the authority to deviate from the standards if circumstances so warrant. The Public Works Committee has stated concerns that the 10 MPH over speed limit standard for 25 MPH neighborhoods previously adopted is likely too high as a general rule. The legal department has advised that an ordinance would be the most appropriate manner for adopting new standards which can then be codified. The amended resolution will serve until the ordinance can be drafted and implemented. BUDGET IMPACT: The estimate for four speed humps to serve the Erin Glade subdivision and adjacent 114th Avenue SE would be approximately $20,000. The speed humps may be constructed by the City during the 2010 construction season if Residential Traffic Calming Program funding is included in the 2010 budget. U:PWCommittee\2009\10 05 09\Proposed Amendments to Traffic Calming Standards.doc I RESOLUTION NO. A RESOLUTION of the City Council of the City of Kent, Washington, repealing Resolution No. 1804 and adopting a new Residential Traffic Calming Program to authorize the public works director to deviate from established standards for phase 2 traffic calming measures. I— RECITALS A. Residential streets within the City of Kent have measurable safety and community character impacts due to the speed and volume of through traffic. Such impacts have been addressed by the Neighborhood Traffic Control Program, previously adopted on April 7, 2009, Resolution No. 1804. B. The Mayor and City Council recognize the need to update and otherwise revise the means by which residential traffic impacts are addressed, and have directed the City's Public Works Department to consider proven solutions that include resident involvement. In response, the Department conducted research on residential traffic calming efforts throughout the United States and developed a new program called the "Residential Traffic Calming Program (RTCP)." C. Since adoption, 60% of the residents of the Erin Glen neighborhood have advised a member of the public works committee that 1 Residential Traffic Calming Program speed bumps are needed on certain streets even though the documented speeds on those streets do not meet the standards required for Phase 2 measures. D. On October 5, 2009, the Public Works Committee heard a presentation by the Public Works Engineering Department regarding the RTCP, and considered an amendment to the RTPC that would vest in the public works director the authority to deviate from the standards under special circumstances. E. An amended version of the RTPC is hereto attached as "Exhibit A" and its adoption by resolution has been recommended by the Public Works Committee. NOW THEREFORE, THE CITY COUNCIL OF THE CITY OF KENT, WASHINGTON, DOES HEREBY RESOLVE AS FOLLOWS: 1 I RESOLUTION SECTION 1. — Repealer. Resolution No. 1804 which adopted the City's Neighborhood Traffic Control Program is hereby repealed in its entirety. SECTION 2. Program Adopted. There is hereby adopted the Residential Traffic Calming Program (RTCP) attached and incorporated as EXHIBIT A. The RTCP is general in nature, establishing overall policies and approaches, but leaves the specific details of implementation to the public works director, in order to adapt program implementation to meet neighborhood needs on a more flexible case-by-case basis. This program is designed to focus on traffic speeds and volumes to the extent that they negatively impact residential environments. This is a phased program that will allow residents to identify problems and solutions specific to their 2 Residential Traffic Calming Program } i I i neighborhoods. Initially, problems will be addressed by education efforts, driver alerts, and City notification to identified speeders. If necessary, potential solutions may involve traffic calming devices, which could include the construction of physical structures to reduce volumes and speeds. Installation of physical structures will be considered after less intrusive means fail to yield acceptable results and shall be based upon sound engineering and transportation planning principles and with regard to neighborhood aesthetics. The RTCP will provide for periodic evaluation of i the solutions as implemented and will include follow-up surveys to determine the resident satisfaction. SECTION 3. -Public Works Director Authorized, The Public Works I Director is hereby authorized to implement the RTCP and to adopt procedures and standard construction plans consistent with the principles set forth in this resolution and to deviate from specific standards for Phase 2 measures when special circumstances so warrant. SECTION 4. -Availability of Program Details. A copy of the Residential Traffic Calming Program is appended to this resolution and shall be kept on file with the City Clerk and the Public Works Department. Brochures summarizing the RTCP will be made available to the public. SECTION 5. - Severabilitv. If any section, subsection, paragraph, sentence, clause or phrase of this resolution is declared unconstitutional or invalid for any reason, such decision shall not affect the validity of the remaining portions of this resolution. SECTION 6. - Ratification. Any act consistent with the authority and prior to the effective date of this resolution is hereby ratified and affirmed. j 3 Residential Traffic Calming Program SECTION 7. - Effective Date. This resolution shall take effect and be in force immediately upon its passage. PASSED at a regular open public meeting by the City Council of the City of Kent, Washington, this day of 2009. CONCURRED in by the Mayor of the City of Kent this day of 2009. 1 SUZETTE COOKE, MAYOR ATTEST: 1 BRENDA JACOBER, CITY CLERK ` 1 APPROVED AS TO FORM: TOM BRUBAKER, CITY ATTORNEY } I I hereby certify that this is a true and correct copy of Resolution No. passed by the City Council of the City of Kent, Washington, the day of 2009. 1 I BRENDA JACOBER, CITY CLERK { P:\Civil\Rcsolution\ResidentialTrafficCalming.docx 4 Residential Traffic Calming Program I { EXHIBIT "'A" RESIDENTIAL TRAFFIC CALMING PROGRAM The Residential Traffic Calming Program (RTCP) deals with problems common to many cities; cut-through and speeding traffic on residential streets. Sometimes, the problems are related. Drivers attempting to save time may cut-through a residential area to avoid congestion on certain arterials or to avoid inconvenient traffic control devices. They may also drive at speeds that exceed the posted limits in order to make it through the residential area quickly. Consequently, some of the traffic control devices employed to address volume control are very similar to those that address speed control. They are designed to either force drivers to slow down (thereby eliminating the time saving incentive for using the street as a cut-through), or to prevent them from entering a particular street section altogether. Much of the time, the greatest single cause of neighborhood speeding problems rests with the neighbors themselves. As drivers become comfortable with their everyday driving routes, speeds tend to increase. This is particularly true of the roadways nearest the home, which are travelled most often. Part of the RTCP is to educate drivers about their ' own practices to ensure the neighbors are doing their part to keep neighborhood speeds down. ' The RTCP is comprised of two phases: • Phase I employs a variety of passive control devices. • Phase II involves physical alterations to the street section. Criteria have been developed to delineate the threshold conditions that warrant the use of various traffic calming devices. The criteria were designed to support and maintain safety for pedestrians, bicycles and automobiles traveling on residential streets as determined by the transportation element of the city's comprehensive plan. Typically, speed limits are determined by the design of the roadway, the behavior of reasonable and prudent drivers on that roadway, and statutory requirements. The speed limits for Washington state roadways are determined by RCW 46.61.400. They are 25 miles per hour on city and town streets, 50 miles per hour on county roads, and 60 miles per hour on state highways. RCW 46.61.415 gives local jurisdictions the authority to increase or decrease the speed limit based on an engineering and traffic investigation which determines that it is reasonable to do so. Local jurisdictions cannot increase the speed limit to more than 60 miles per hour, or decrease it to less than 20 miles per hour. Speed limit enforcement can be an effective traffic calming measure; however, it is neither realistic nor practical to rely on the constant presence of law enforcement officers to ensure that drivers rigidly adhere to speed limits. Problem areas in neighborhoods are to be identified through a combination of traffic speed studies conducted by neighborhood volunteers and City staff. If a speeding problem is confirmed by these traffic studies, Phase 1 traffic calming measures will be discussed with the neighborhood. Once a consensus has been reached with the neighborhood, Phase 1 measures will be implemented. Speeds will be assessed following placement of these measures and after sufficient time has elapsed for behavior modification to occur. If speeds continue to exceed the following levels, the neighborhood will be eligible to move to Phase 2 of the , program: Speed Limit: 85% Speed: 25 mph 35 mph or greater 30 mph 40 mph or greater ' If neighborhood speeds do not exceed these levels, City staff is available to ' continue implementing Phase 1 measures, but Phase 2 measures will not be implemented unless the director of public works determines that such are warranted by special circumstances. Phase 2 of the RTCP involves formation of a Residential Traffic Committee and selection of traffic calming devices to be constructed within the neighborhood to reduce traffic speeds and volumes. The Residential Traffic Committee will work with City staff to select the preferred measures and locations that will most effectively lower traffic speeds and volumes. The attached flow chart describes the process. 13 31-V z ,, ,. w o ,�� o i w — U , o � � o cr ¢ w h. a- t- m a:� ' b " end Hit L G �If E, Into ., �'.' a �J� mu- CNN x ryif, � k ari , (A , i, ;w 1 Er ` 0 ' 1 � w r V) 0 r a i , Z 0 Q - U) a �� 2 UUOZW � U — 0 d � V) = � OO � � � �W a O J w- } (/) inm 0 0 0 (n r _Z a_ n WwU0Ubi Z z00 O a_ LL ^L 000Vm (! � ii afOf CKX XX a- a- a- W W W Kent City Council Meeting Date October 20, 2009 Category Consent Calendar - 6E 1. SUBJECT: SEX OFFENDER & KIDNAPPING COST REIMBURSEMENT AGREEMENT - ACCEPT, AUTHORIZE AND ESTABLISH BUDGET 2. SUMMARY STATEMENT: Accept the Washington State Registered Sex and Kidnapping Offender Address and Residency Verification Program grant in an amount not to exceed $51,200.65, authorize the Mayor to sign all necessary documents, and establish the budget. King County Sheriff's Office (KCSO) is the recipient of a Washington State Registered Sex and Kidnapping Offender Address and Residency Verification Program grant through the Washington Association of Sheriffs and Police Chiefs (WASPC). KCSO is partnering with local law enforcement agencies with this grant and will provide overtime funds to be used to send offender contact teams in to the field and make personal contact with every sex offender living in Kent. The goal is to verify the registration of every offender currently registered in Kent, as well as updating their information and obtaining a new photograph of each person. Face-to-face verification requirements: • Level I offenders, once every 12 months • Level II offenders, once every 6 months • Level III offenders, once every 3 months The cost reimbursement agreement is in an amount not to exceed $51,200.65. 3. EXHIBITS: Cost Reimbursement Agreement from King County Sheriff's Office 4. RECOMMENDED BY: Public Safety Committee 10/13/09 (Committee, Staff, Examiner, Commission, etc.) 5. FISCAL IMPACT Expenditure? Revenue? Y Currently in the Budget? Yes No X 6. CITY COUNCIL ACTION: Councilmember moves, Councilmember seconds DISCUSSION: ACTION: Cost Reimbursement Agreement Executed By King County Sheriffs Office, a department of King County,hereinafter referred to as "KCSO," Department Authorized Representative: Susan L. Rahr, Sheriff King County Sheriff's Office W-150 King County Courthouse 516 Third Avenue Seattle, WA 98104 and Kent Police Department, a department of King County, hereinafter referred to as ""Contractor," Department Authorized Representative: Steve Strachan,Chief of Police 220 4`h Avenue South Kent,WA 98032 ' WHEREAS,KCSO and Contractor have mutually agreed to work together for the purpose of verifying the address and residency of registered sex and kidnapping offenders; and WHEREAS,the goal of registered sex and kidnapping offender address and residency verification is to improve public safety by establishing a greater presence and emphasis by Contractor in King County neighborhoods; and WHEREAS,as part of this coordinated effort, Contractor will increase immediate and direct contact with registered sex and kidnapping offenders in their jurisdiction, and WHEREAS,KCSO is the recipient of a Washington State Registered Sex and ' kidnapping Offender Address and Residency Verification Program grant through the Washington Association of Sheriffs and Police Chiefs for this purpose, and WHEREAS,KCSO will oversee efforts undertaken by program participants in King County; ' NOW THEREFORE, the parties hereto agree as follows: KCSO will utilize Washington State Registered Sex and Kidnapping Offender Address and Residency Verification Program funding to reimburse for expenditures associated with the Contractor for the verification of registered sex and kidnapping offender address and residency as set forth below. This Interagency Agreement contains eight(8) Articles: Cost Reimbursement Agreement ' ARTICLE I. TERM OF AGREEMENT The term of this Cost Reimbursement Agreement shall commence on July 1,2009 and shall end on June 30, 2010 unless terminated earlier pursuant to the provisions hereof. ARTICLE II. DESCRIPTION OF SERVICES This agreement is for the purpose of reimbursing the Contractor for participation in the Registered Sex and Kidnapping Offender Address and Residency Verification Program. The program's purpose is to verify the address and residency of all registered sex and kidnapping offenders under RCW 9A.44.130. ' The requirement of this program is for face-to-face verification of a registered sex and kidnapping offender's address at the place of residency. In the case of • level I offenders, once every twelve months. • of level II offenders, once every six months. • of level III offenders, once every three months. For the purposes of this program unclassified offenders and kidnapping offenders shall be considered at risk level I,unless in the opinion of the local jurisdiction a higher classification is in the interest of public safety. ARTICLE III. REPORTING ' Two reports are required in order to receive reimbursement for grant-related expenditures. Both forms are included as exhibits to this agreement. "Exhibit A"is ' an"Address Verification Form"that the sex or kidnapping offender completes and signs during a face-to-face contact. `Exhibit B" is an"Officer Contact Worksheet" completed in full by an officer/detective during each verification contact. Both ' exhibits representing each contact are due quarterly and must be complete and received before reimbursement can be made following the quarter reported. Original signed report forms are to be submitted by the 5th of the month following the end of the quarter. The first report is due October 5, 2009. Quarterly progress reports shall be delivered to Attn: Tina Keller,Project Manager King County Sheriff's Office 401 Fourth Avenue Kent, WA 98032 Phone: 206-205-7948 Email: tina.keller@lcingcounty.gov KenlCRA2009.doc Page 2 of 5 October 7,2009 ' Cost Reimbursement Agreement ARTICLE IV. REIMBURSEMENT Requests for reimbursement will be made on a quarterly basis and shall be forwarded to KCSO as soon as practical after the first of the month that follows each quarter ending September 30th, December 31", March 31", and June 30tn ' Overtime reimbursements for personnel assigned to the Registered Sex and p g g Kidnapping Offender Address and Residency Verification Program will be calculated ' at the usual rate for which the individual's' time would be compensated in the absence of this agreement. Each request for reimbursement will include the name, rank, overtime compensation rate, number of reimbursable hours claimed and the dates of those hours for each officer for whom reimbursement is sought. Each reimbursement request must be ' accompanied by a certification signed by an appropriate supervisor of the department that the request has been personally reviewed,that the information described in the request is accurate, and the personnel for whom reimbursement is claimed were ' working on an overtime basis for the Registered Sex and Kidnapping Offender Address and Residency Verification Program. Overtime and all other expenditures under this Agreement are restricted to the following criteria: ' 1. For the purpose of verifying the address and residency of registered sex and kidnapping offenders; and ' 2. For the goal of improving public safety by establishing a greater presence and emphasis in King County neighborhoods; and ' 3. For increasing immediate and direct contact with registered sex and kidnapping offenders in their jurisdiction Requests for reimbursement from KCSO for the above non-overtime expenditures must be accompanied by a spreadsheet detailing the expenditures as well as a vendor's invoice and a packing slip. The packing slip must be signed by an authorized representative of the Contractor. All costs must be included in the request for reimbursement and be within the overall contract amount. Over expenditures for any reason, including additional cost of sales tax, shipping, or installation, will be the responsibility of the Contractor. Requests for reimbursement must be sent to Attn: Joe Lewis, Grant Administrator King County Sheriff's Office 516 Third Avenue, Room W-150 Seattle,WA 98104 ' KentCRA2009.doc Page 3 of 5 October 7,2009 1 r Cost Reimbursement Agreement ' Phone: 206-205-7900 Email:joe.lewis@kingcounty.gov The maximum amount to be paid under this cost reimbursement agreement shall not , exceed Fifty One Thousand Two Hundred Dollars and Sixty Five Cents ($51,200.65). Expenditures exceeding the maximum amount shall be the responsibility of Contractor. All requests for reimbursement must be received by KCSO by July 31,2010 to be payable. ARTICLE V. WITNESS STATEMENTS i "Exhibit C"is a"Sex/Kidnapping Offender Address and Residency Verification Program Witness Statement Form." This form is to be completed by any witnesses encountered during a contact when the offender is suspected of not living at the registered address and there is a resulting felony"Failure to Register as a Sex Offender"case to be referred/filed with the KCPAO. Unless, due to extenuating ' circumstances the witness is incapable of writing out there own statement, the contacting officer/detective will have the witness write and sign the statement in their own handwriting to contain,verbatim, the information on the witness form. ' ARTICLE VI. FILING NON-DISCOVERABLE FACE SHEET "Exhibit D"is the"Filing Non-Discoverable Face Sheet." This form shall be ' attached to each"Felony Failure to Register as a Sex Offender"case that is referred to the King County Prosecuting Attorney's Office. ARTICLE VII. SUPPLEMENTING,NOT SUPPLANTING Funds may not be used to supplant(replace)existing local, state, or Bureau of Indian Affairs funds that would be spent for identical purposes in the absence of the grant. Overtime -To meet this grant condition, you must ensure that: ' • Overtime exceeds expenditures that the grantee is obligated or funded to pay in the current budget. Funds currently allocated to pay for overtime may not be reallocated to other purposes or reimbursed upon the award of a grant. • Additionally, by the conditions of this grant,you are required to track all , overtime funded through the grant ARTICLE VII. AMENDMENTS ' No modification or amendment of the provisions hereof shall be effective unless in writing and signed by authorized representatives of the parties hereto. The parties hereto expressly reserve the right to modify this Agreement, by mutual agreement. IN WITNESS WHEREOF,the parties have executed this Agreement by having their representatives affix their signatures below. ' KentCRA2009.doe Page 4 of 5 October 7,2009 , r 1 Cost Reimbursement Agreement Kent Police Department KING COUNTY SHERIFF'S 1 OFFICE 1 Suzette Cooke, Mayor Susan L. Rahr, Sheriff 1 Date Date 1 1 1 1 1 1 i 1 i 1 1 1 KentCRA2009.doc Page 5 of 5 October 7,2009 Kent City Council Meeting Date _ October 20, 2009 Category Consent Calendar - 6F 1. SUBJECT: BULLETPROOF VEST GRANT AWARD - ACCEPT 2. SUMMARY STATEMENT: Accept the Bureau of Justice Assistance Bulletproof Vest grant in an amount not to exceed $29,928, and authorize the Mayor to sign all necessary documents. This federal program funds fifty percent of new and replacement bulletproof vest costs for police officers. The funding is available electronically on a reimbursement basis upon proof of purchase. The FY 2009 grant award is in an amount not to exceed $29,928. 3. EXHIBITS: U.S. Department of Justice Award Announcement 4. RECOMMENDED BY: Public Safety Committee 10/13/09 (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: LI1113 Standards Glossary Yellow Pages ' Section Receipts > Manage Receipts > Report Receipts OMB#1121-0235 1. Registration (Expires: 10/31/2006) Conta t Only the Chief Executive Officer (CEO) or authorized designee (employee of the 1.1 Information jurisdiction) has the authority to submit requests for payment. Contractors Change and third party vendors may not complete the vest receipt section, nor may 1.2 Password they submit the request for payment. 2. Application If your jurisdiction has vests on applications with remaining funds, click on 'Report 2.1 PLe_-Ap i ti Receipt of Vests' to report additional receipts. 2.2 Manage Applicatlon Regular Funding 2.3 Review Fiscal Funds Application Year Funds Name Amount Approved Available Action 2.4 Submit 2006 Regular Fund $3,867.56 $0.00 Application 3. Receipts 2007 Regular Fund $3,867.00 $0.00 port Receipt-QUests 2008 Regular Fund $9,444.50 $6,189.13 3.1 Manage Receipts Regular Fund $29,927.50 $29,927.50 3.2 Receipt Reports 2009 Totals: $47,106.56 $36,116.63 4. Payment From: owner-bvp-list@ojp.usdoj.gov (mallto:owner-bvp-list@ojp.usdoj.gov] On Behalf Of BVP Sent: Tuesday, October 06, 2009 8:15 AM To: BVP-11st Subject: Bulletproof Vest Partnership FY 2009 Awards The Bureau of Justice Assistance(BJA)is pleased to Inform you that your agency will receive an award under the Fiscal Year(FY)2009 Bulletproof Vest Partnership(BVP)solicitation. These funds have been posted to your account in the BVP system. For questions regarding the BVP Program or your award, please do not hesitate to contact the BVP Help Desk at vests(a,oip,gov. A complete list of FY 2009 BVP awards is available at http://www.oio.usdoi.aov/bvpbasi/ The FY 2009 award funds may be used for National Institute of Justice(NIJ)compliant armored vests which were ordered on or after April 1,2009.The deadline to request payments from the FY 2009 award funds Is September 30, 2011,or until all available 2009 awards funds have been requested. Thank You. BVP Program Support Team WA KENT CITY $29 928 WA KETTLE FALLS CITY 5 WA KITSAP COUNTY $6,905 WA LACEY CITY $3,119 WA LAKE FOREST PARK CITY $2,905 WA ILAKE STEVENS CITY $3,789 WA I LAKEWOOD CITY $18,443 Kent City Council Meeting Date October 20, 2009 Category Other Business - 7A 1. SUBJECT: GREEN RIVER LEVEE UPDATE 2. SUMMARY STATEMENT: Staff will give a brief update on the Green River Levee. 3. EXHIBITS: None 4. RECOMMENDED BY: (Committee, Staff, Examiner, Commission, etc.) 5. FISCAL IMPACT Expenditure? Revenue? Currently in the Budget? Yes No 6. CITY COUNCIL ACTION: Councilmember moves, Councilmember seconds DISCUSSION: ACTION: 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 COMMITTEE F. PUBLIC SAFETY COMMITTEE G. PUBLIC WORKS H. ADMINISTRATION REPORTS FROM SPECIAL COMMITTEES KENT WASH IN0TON OPERATIONS COMMITTEE MINUTES SEPTEMBER 15, 2009 Committee Members Present: Debbie Raplee, Tim Clark, and Les Thomas The meeting was called to order by Tim Clark at 4:00 p.m. 1. APPROVAL OF MINUTES DATED SEPTEMBER 1, 2009 Thomas moved to approve the minutes of the September 1, 2009 Operations Committee meeting. Raplee seconded the motion, which passed 3-0. 2. APPROVAL OF VOUCHERS DATED AUGUST 31, 2009 Finance Director Bob Nachlinger presented the vouchers for August 31, 2009. Raplee moved to approve the vouchers dated August 31, 2009. Thomas seconded the motion, which passed 3-0. 3. MOVE TO AUTHORIZE THE MAYOR TO APPROVE PURCHASE ORDERS NOT TO EXCEED $70,000 TO PURCHASE DATA NETWORK EQUIPMENT FOR RIGHT! SYSTEMS, INC. UNDER THE TERMS OF THE WASHINGTON STATE DIS MASTER CONTRACT. IT Manager Paul Dunn advised that core network hardware at key points in the city's data network has reached its end of supported life from the manufacturer. This procurement, if approved will purchase the network hardware and equipment to replace the old and no longer supported equipment. Further, it will procure equipment that will allow the City IT Department to install network hardware at Fire Station 74 to allow independent network operation at Station 74 (The City's EOC) in the event of a network failure or shutdown at the City Hall Data Center. Budget impact is approximately $70,000. These funds are budgeted in the Information Technology Tech Plan as adopted. Dunn further advised that in 2002, a major upgrade to the City's Data Network was performed by the Information Technology Department. As part of the design, core network hardware was provisioned at key points in the city's data network; City Hall, Fire Station 74, and Centennial Center. In 2009, the core network routers located at Fire Station 74, and Centennial Center reached their end of supported life from Cisco Systems, their manufacturer. This procurement, if approved, will purchase the network hardware and equipment to replace the old and no longer supported equipment. Further, it will procure equipment that will allow the City IT Department to install network hardware at Fire Station 74 to allow independent network operation at Station 74 in the event of a network failure or shutdown at the City Hall Data Center. The prices and Terms quoted from Right! Systems are offered under the terms of the Washington State DIS Master Contract # T06-MST-001. The Committee raised questions, which Dunn 2 Operations Committee Minutes September 15, 2009 Page: 2 responded to. Project Component Budget Estimate Network Equipment 66,530 SMARTnet Maintenance Pricing 4,700 Equipment Trade In Credit -10,485 Estimated WSST 10% 7,125 Project Total $67 870 Attachments: Price quotation from Right! Systems, Inc. to provide Cisco Network Hardware and SmartNet Maintenance support under the terms of Washington State DIS Master Contact # T06-MST-001. Thomas moved to authorize the Mayor to approve purchase orders not to exceed $70,000 to purchase data network equipment from Right! Systems, Inc. under the terms of the Washington State DIS Master Contract. Raplee seconded the motion, which passed 3-0. The 4eting adjo , d a p.m. �4 Nancy C►ary Operations gmmitt e")ecretary Page 1 • KENT Parks and Human Services Committee Meeting WASHINGTON September 17, 2009 Council Committee. Present: Chair Debbie Ranniger, Tim Clark. Absent: Elizabeth Albertson Changes to the Agenda: No items were changed and no items were added to the agenda. Debbie Ranniger called the meeting to order at 5:03 p.m. I. Meeting Minutes of August 20, 2009 Tim Clark moved to approve the minutes of August 20, 2009. Debbie Ranniger seconded with prior concurrence from Elizabeth Albertson. II. Washinaton State Arts Commission 2010 Organizational Support Grant - Accept Washington State Arts Commission (WSAC) has awarded the Kent Arts Commission a general operating support grant. This grant is for the first year of the 2010-2011 funding cycle. Kent Arts Commission will use the funding to support the presentation of arts and cultural activities at Kent's 2010 Cornucopia Days. Tim Clark moved to recommend accepting the grant of $6,000.00 from Washington State Arts Commission and approving the expenditure of funds in the Kent Arts Commission budget. Debbie Ranniger seconded with prior concurrence from Elizabeth Albertson. III. King Conservation District Grant for the Green Native Plant Maintenance Intern program - Accept Staff submitted and received a grant from the King Conservation District to hire someone to weed and water over 450 native trees and shrubs planted at Clark Lake Park, and 200 native plants in the cleared north trail area of Lake Fenwick Park in fall 2008. Derek Nanninga, a community volunteer since 2007, would receive a stipend of $10/hour, plus gas mileage reimbursement for his personal vehicle. The schedule is for 10 hours per week of service through the end of December 31, 2009. Staff will provide tools and supervision. Tim Clark moved to recommend accepting the grant of $3,800.00 from King Conservation District for the Green Native Plant Maintenance Intern Project and approving the expenditure of funds in the Adopt-a-Park budget. Debbie Ranniger seconded with prior concurrence from Elizabeth Albertson. Page 1 Page 2 IV. King Conservation District Grant for 2009 Restoration Projects at Clark Lake Park - Accept Staff applied for funds from King Conservation District to plant 430 native trees and shrubs to provide shade and habitat at Clark Lake Park. The plants were installed at two fall community volunteer events by elementary school children during five field trips, in connection with the Youth Tree Education Program. Tim Clark moved to recommend accepting the King Conservation District grant of $9,998.20 to reimburse 2008 restoration projects at Clark Lake Park and approving the expenditure of funds in the Clark Lake budget. Debbie Ranniger seconded with prior concurrence from Elizabeth Albertson. V. Energy Savings Performance Contract for Kent Pool - Authorize Staff informed Council of equipment issues at Kent Pool over the past few years. An appraisal of the pool was performed by McKinstry Essendion, Inc. to see what improvements can be done, and a plan to initiate these investments to ensure efficient operation of the pool for the next five+ years. This Energy Savings Company (ESCO) project would work to implement these improvements. Staff suggests entering into an agreement with McKinstry to replace and install an AHU component, sump pump and float control, direct digital controls, and a pool blanket at the pool. Utility incentives gained by installing a pool blanket should decrease the project cost. Tim Clark moved to authorize the Mayor to sign the Energy Savings Performance Contract with McKinstry Essention, Inc. in the amount of $265,385.00, plus WSST to complete projects at Kent Pool, subject to final terms and conditions acceptable to the City Attorney. Debbie Ranniger seconded with prior concurrence from Elizabeth Albertson VI. Parks Open Space Plan Update - Informational Park Planner Lydia Moorehead shared that she is currently updating the Kent Park & Open Space Plan. The plan is used to direct future development, acquisition and renovation of parks and open spaces. The City's previous plan was adopted in June 2000 and due for an update. Pursuant to the Growth Management Act, the plan must be incorporated into the City's Comprehensive Plan in order for it to be used as a policy document for implementation purposes. Therefore, it is intended to update the Parks & Open Space Element of the Comprehensive Plan as well. An updated plan must be adopted by June 2010 to remain eligible for State grant funds. Lydia explained that the update process is also an opportunity to re-examine our vision for Kent parks, and prioritize our next steps for the short and long- Page 2 Page 3 term future. Integral to this is engaging citizens and park users in order to gauge changing community needs and priorities. Thus far, the information staff has gathered from the community is nearly complete, and a survey was conducted to measure how citizens and park users would like to see Kent parks develop over the coming years (see the detail below). Staff plan to continue to connect with the community during the update process. Lydia explained the purpose of the plan: ■ Solidify vision for Kent Parks. ■ Prioritize Short & Long-Term "Next Steps." ■ Retain eligibility for State grant funds - June 2010. • Part of the Growth Management Act. A total of 45% of Kent residents participated in a community based survey with the following results: The Top Four Activities in Kent Parks: 1. Walking 2. Biking 3. Use of Play Equipment 4. Organized Recreation Community Needs: 1. Swimming Facility 2. Off Leash Dog Park 3. Security & Maintenance 4. Biking & Walking Trails 5. Non motorized access to parks 6. Mountain Biking Trails 7. Frisbee Golf 8. Athletic Fields The Key Themes of the plan include: 1. Our Legacy ■ Build upon & maintain ■ Maximize & reinvest in existing system 2. Green Kent • Summer 2010 ■ Vision for Forest Restoration 3. Athletic Fields ■ Multi use development ■ Maximize acreage ■ Create Partnerships 4. Connectivity ■ Urbanizing our system - connect people, greenways, parks, etc. ■ Work with existing plans - Transportation Master Plan ■ Conceptual corridor map Page 3 Page 4 The Next Steps are: ■ Public Workshop Sept 29, 2009 • Draft Plan November 2009 ■ Parks Committee Nov 19, 2009 ■ Public Hearing February 2010 Adoption April 2010 Tim Clark asked what is being done with modern technology to improve the carbon foot print, and how does the "Green Kent" Program affect the Park Plan. He said to make sure we are shaping a system to accommodate the future and changing times. He continued that this is part of our goal for health and education -- to prepare for smaller cars and more bicycle use. Tim also recommended that each time a company puts down fiber optics, that fiber optics are laid down for the city as well. Jeff responded that staff is in contact with the Information Technology Department relating to technology and park safety pieces, such as upgrading alarms and unifying gate closures in the park system. Debbie Ranniger agreed that staff should continue to work on connecting the city to the existing park system - and maintaining ease of access to park spaces. VII. Community Sports Field Concepts - Informational Jeff reported that Parks staff continue to seek ideas for the long-term replacement of the Commons Playfields, including underutilized space in the Kent School District, and the concept of a joint development of a community sports field. Conceptual designs were created for the development of a sports field project at Kent Meridian High School. Jeff provided an update and three conceptual designs for discussion and feedback. He stated that within the concepts, the parking needs have to be resolved. He added that all of the options provide space for a combination of softball, baseball, and/or soccer field(s), as well as, space for tee ball. Option One backs up to Campus Park. Option Two looks at parking with a smaller footprint for the field. Option Three has more parking and less field. Accommodations will be made for synthetic turf and track and field elements. Tim Clark commented on maintaining flexibility throughout the planning. Debbie suggested staff continue discussion with KSD regarding the future of the pool and impacts to the city if the pool is gone, as well as identifying funding for the project. VIII. Director's Report - Informational Parks Planning and Development/Parks Operations • Community Pride Day: September 19, painting graffiti from 8:00 a.m. to Noon. Meet at Town Square Plaza. • National Public Lands Days: September 21 - 26 at Lake Fenwick Park. Page 4 f Page 5 • Releaf: October 10, 9:00 a.m. to Noon at Clark Lake Park. Housing and Human Services • Financial and Resource Exp (combined events with Human Services and the Resource Center) October, 3, 10:00 a.m. to 3:00 p.m. at the Kent Senior Activity Center • Home Repair was highlighted on Channel 21 through the "I Can" campaign. The additional advertising initiated fifteen new applications for home repairs in the last three weeks. Seniors and certain financial challenges can qualify for moderate home repairs. Recreation and Cultural Services • Participation in the soccer program is high. • The city hosted the World USSSA Tournament at Russell Road Park. • The city is partnering for the first with ShoWare to present two Spotlight Series in 2010 - Arlo Guthrie and The Pink Floyd Experience. • The Holiday Carousel needs operators for the 2009 Holiday Season. Please contact Jeff Watling, if you are interested (253-856-5100). The meeting adjourned at 6:05 p.m. Respectfully Submitted, Teri Petrole, Council Committee Recorder Page 5 1 KENT W A 5 H I N G T O N PLANNING & ECONOMIC DEVELOPMENT COMMITTEE MINUTES September 14, 2009 Committee Members Chair Jamie Danielson, Les Thomas, Deborah Ranniger Danielson called the meeting to order at 4:30 p.m. 1. APPROVAL OF MINUTES Thomas MOVED and Danielson SECONDED to approve the Minutes of August 24, 2009. Motion CARRIED 2-0. 2. PANTHER LAKE ANNEXATION UPDATE Planning Director Fred Satterstrom, AICP reported on the existing King County land use plan and zoning designations for the Panther Lake Annexation area (PLA). Satterstrom stated that the Panther Lake annexation vote is approximately fifty (50) days away and with an affirmative vote, the staff would begin making proposals on land use plan and zoning designations to be applied by Kent. Satterstrom stated that the proposed zoning would become effective on the date of annexation, July 1, 2010. Satterstrom stated that on previous occasions with smaller annexations the City has waited until after an approved annexation to consider making zoning changes; however, Satterstrom does not believe that to be suitable in an area of this size. Planner William Osborne, AICP gave a PowerPoint presentation on the land use and zoning designations in the PLA. Osborne stated that the PLA is largely designated and developed for residential uses with a few areas designated and developed for commercial mixed uses, and a significant amount of land designated urban separators. Osborne stated that the current King County designations are consistent with surrounding designations in Kent. Osborne stated that urban separators were typically used for agricultural uses, utility easements, and to establish boundaries. Osborne clarified that King County will continue to maintain the Soos Creek Park. Osborne stated that city staff are in the beginning of the process and would be formulating recommendations after an affirmative vote in November; he presented proposed zoning timelines. Thomas questioned if urban separators represent an abutment for annexation purposes, using Fairwood as an example. Satterstrom clarified they do not. Osborne responded to questions regarding possible mixed use areas, zoning conflicts, and other future potential annexation areas. This report was for informational purposes only. 3. NEIGHBORHOOD COUNCIL RESOLUTION Neighborhood Program Coordinator Toni Azzola introduced Cheryle Lasson from the Arbor Village Neighborhood Council. Azzola stated that the original neighborhood council and homeowners' association had the same board and boundaries. The Ineighborhood council has since voted to separate the neighborhood council from 2 the homeowners association, change the neighborhood council boundaries, select a separate board for the neighborhood council, and change the neighborhood council's name from Arbor Village Neighborhood Council to the Meridian Glen Neighborhood Council. The eastern boundary would change from 1415t Avenue SE to 140th Avenue SE and the number of housing units would be increased from 130 housing units to approximately 197 housing units. Ranniger MOVED to recommend that Council adopt the proposed Resolution acknowledging the rename and revised boundary of the Arbor Village now Meridian Glen Neighborhood, formally recognized by the Kent City Council through its adoption of Resolution No. 1763. Thomas SECONDED the Motion. Motion CARRIED 3-0. 4. GMA Growth Targets for Kent Planning Manager Charlene Anderson introduced Michael Hubner of the King County Suburban Cities Association. Anderson stated the Growth Management Act (GMA) requires the City to plan for twenty (20) years of growth. The current projections for housing and employment are through 2031 and include an additional 8,000 housing units and approximately 13,000 jobs. These numbers will be used in creating the updated Comprehensive Plan which is due December 1, 2011. Anderson stated that these targets will be presented to the Growth Management Council later this week. Ranniger raised questions regarding the housing numbers not being reduced with the current economic situation and expressed concern that we will not be growing at the same pace. Anderson stated that this was discussed with senior staff and the consensus was that this is a temporary slowdown. Anderson clarified that the housing numbers are targets to plan for and not a commitment. Hubner stated that Kent provides a large and broad development area, and that numbers can be adjusted based on changes in future new forecasts. Ranniger raised questions about changes to zoning to allow for more housing to meet these targets. Anderson confirmed no zoning changes are required in order to plan for accommodating the targets. Hubner stated that these housing targets relate to a twenty-five (25) year period going back to 2006. Additional questions were raised regarding the Panther Lake annexation housing numbers and Renton's potential annexation areas. Hubner clarified that the Puget Sound Regional Council considers Renton and Kent core cities and they have looked at development capacity under current planning and zoning and have determined that Renton has roughly twice the housing capacity than Kent does to accommodate housing. This report was for informational purposes only. Adjournment Chair Danielson adjourned the meeting at 5:10 p.m. Molly Bartlemay Acting Planning & Economic Development Committee Secretary 5\Permit\Plan\PEDC\2009\Minutes\9-14-09_PEDCmin doc KENT WISHINGTON CITY OF KENT PUBLIC SAFETY COMMITTEE MEETING MINUTES September 8, 2009 COMMITTEE MEMBERS: Les Thomas, Jamie Danielson, and Ron Harmon, Chair The meeting was called to order by Chair Harmon at 5:05 PM. Harmon called for changes or additions to the agenda, there was one item from police. 1. Approval of Minutes L. Thomas moved to approve the minutes of the August 11, 2009 meeting. The motion was seconded by J. Danielson and passed 3-0. 2. Washington Traffic Safety Commission grant award - ACCEPT Chief of Police Steve Strachan explained the grant will fund officer overtime for Night Time Seat Belt Enforcement mobilization. J. Danielson moved to recommend Council authorize the Kent Police Department to accept the Washington Traffic Safety Commission grant in an amount not to exceed $1,800. The motion was seconded by L. Thomas and passed 3-0. 3. Drug Free communities Support Program grant award - ACCEPT Chief Strachan reviewed the proposed use of grant funds. L. Thomas moved to recommend that Council authorize the Kent Police Department to accept the Drug Free Communities Support Program grant in the amount of $54,370. The motion was seconded by J. Danielson and passed 3-0. 4. Purchase of one Live Scan unit - AUTHORIZE Chief Strachan explained the uses of the fingerprinting unit. J. Danielson moved to recommend authorizing the Kent Police Department to purchase one Live Scan unit and for the Mayor to sign the Memorandum of Understanding. The motion was seconded by L. Thomas and passed 3-0. 5. Jail Work Crew Update - INFO ONLY Chief Strachan spoke about the progress of the jail work crew. Deputy City Attorney Pat Fitzpatrick indicated that jail work crews would be offered the opportunity to help fill sand bags, if needed, in exchange for time credit. 6. HealthForce Occupational Medicine. Inc. Professional Services Agreement - ACCEPT and AUTHORIZE Fire Chief Jim Schneider explained the various medical services to be provided through the agreement. J. Danielson moved to recommend that Council accept the Professional Services Agreement Between the City of Kent and HealthForce Occupational Medicine, Inc., and authorize the Mayor to sign the Agreement with HealForce Occupational Medicine, Inc. The motion was seconded by L. Thomas and passed 3-0. i Added item: 7. Seattle Police Department Interaaencv Aareement - AUTHORIZE Chief Strachan explained the agreement pertains to an interagency gang task force. L. Thomas moved to authorize the Kent Police Department to sign the Seattle Police Department Interagency Agreement and accept the grant funds. The motion was seconded by J. Danielson and passed 3-0. The meeting adjourned at 5:33 PM. Jo Thompson, Public Safety Committee Secretary Public Safety Committee Minutes 2 July 14, 2009 1 PUBLIC WORKS COMMITTEE MINUTES Thursday, September 21, 2009 COMMITTEE MEMBERS PRESENT: Committee Chair Debbie Raplee and Committee Members Ron Harmon and Les Thomas were present. The meeting was called to order at 4:01 p.m. ITEM 1 — Approval of Minutes Dated September 10, 2009: Committee Member Thomas moved to approve the minutes of September 10, 2009. The motion was seconded by Harmon and passed 3-0. ITEM 2 — Joint Funding Agreement for the Cooperative Data-Collection Program with the U.S. Geological Survey: Environmental Engineering Manager, Mike Mactutis explained that this is an on-going program with the City of Kent and the U.S. Geological Survey (USGS) for stream data collection. The City of Kent will contribute $48,020 to the annual program costs of $91,360 with the USGS providing the remainder. Peterson presented a map of the 5 gage sites and explaining that this contract will provide for operation, maintenance and data collection at five gages. Two are located on Mill Creek, one on Springbrook Creek and two on Rock Creek. Harmon moved to recommend Council authorize the Mayor to sign the Joint Funding Agreement for Water Resources Investigations between the City of Kent and the U.S. Geological Survey, upon concurrence of the language therein by the City Attorney and Public Works Director. The motion was seconded by Thomas and passed 3-0. ITEM 3 — LID 355 SE 2161h Street & 104th Place SE Sanitary Sewer Charge In-Lieu of Assessment: Deputy Public Works Director, Tim LaPorte, Design Engineering Manager introduced Mark Howlett, Design Engineering Manager who gave a brief history and showed a vicinity map of the area. He explained that in 2004, the City constructed sanitary sewer mains in the vicinity of 1041h Place SE as part of Local Improvement District 355. There were five property owners that opted not to hook up at that time. The Public Works Department is requesting authorization to establish a charge in-lieu of assessment for five properties that someday may need to connect to the City's sanitary sewer system. If the properties connect to the sanitary sewer, the City will receive reimbursement for previous expenditures. Thomas moved to authorize the Public Works Department to establish a sewer charge in lieu of assessment for five properties along 1041h Place SE. The motion was seconded by Harmon and passed 3-0. ITEM 4 — Reauest from Clark Lake Homeowners Association: Public Works Director, Larry Blanchard explained that Clark Lake Estates or Sub-division is 33 lot sub-division constructed at the southwest corner of 240th Street and 120th Avenue just west of Clark Lake Park. The developer was unable to complete the improvements to this sub-division and the City was forced to obtain the proceeds from the bond that was used to secure the infrastructure improvements. 2 PUBLIC WORKS COMMITTEE MINUTES Thursday, September 21, 2009 Since the majority of infrastructure improvements had been made to the sub-division, the City as a normal course of action estimated the amount of work that was necessary to complete the infrastructure improvements and reduced the bond from $150,000 to $50,000. Due to the slow- down in the economy the developer was unable to complete the repairs and gave up the bond. The City met several times with the Clark Lake Homeowners Association (HOA), and informed them that the City could complete as much work as we can with the $50,000 bond proceeds. To date the work has been constructed; however, the HOA is not satisfied with the work and would like to see additional items completed. Staff stated that in order to complete the work it would cost an additional $65,000. The Street Fund does not have the additional monies. The work that was completed met the standards of the City, and much of the damage to sidewalks occurred during the construction of the homes after the bond had been lowered. Dana Uyeta, Treasurer for Clark Lake Estates spoke on behalf of the Association. A lengthy discussion ensued with staff answering questions from committee members. This item was tabled and will be heard at a later date. ITEM 5 - Request for Additional Funding Advanced Measures/Green River Levee Protection Public Works Director, Larry Blanchard explained that in August 2009 the City Council authorized the Public Works Director to execute contracts up to a maximum amount of $1,500,000 for the purchase of flood protection structures and all necessary equipment as well as contracts to install and protect said structures. The Public Works Department recommends allocating an additional $1,500,000 for a total of $3,000,000 for Public Works Director or Interim Public Works Director to execute the above. Discussion ensued regarding the protection of the levee, Blanchard feels that $3M may not even be enough. Thomas stated that he is not sure that the cost is justified at this time. Blanchard further explained that in order to have the preventative measures in place we must prepare in advance, we can't do it after the fact. Raplee stated that by the time Council gets called to the Emergency Coordination Center it will be too late. Thomas said that he would vote but he would like to see it go on the Council Agenda under "Other Business". Harmon commented that if we need to fight the fight at the levee we must protect our own. Bottom line is, prevention is far less costly than clean-up. An accounting of the project will be given to committee members on a regular basis. Harmon moved to amend the August 18, 2009 authorization for the Public Works Director or Interim Public Works Director to execute contracts for purchase of other types of flood protection structures and all necessary equipment and contracts to install and protect said structures from $1,500,000 to $3,000,000. The motion was seconded by and passed 3-0. It was agreed that this item would be taken to Council as "Other Business" at the October 6, 2009 agenda. 3 PUBLIC WORKS COMMITTEE MINUTES Thursday, September 21, 2009 ITEM 6 - Supplemental Transportation Proiect List: Public Works Director, Larry Blanchard noted that to help reduce the impact of proliferation of a patch-work street system by requiring transportation improvements on each development or project adjacent to underdeveloped streets in Kent staff proposes that a supplemental list of Street Projects be identified so that a developer can defer the improvements as described in Kent City Code Chapter 06.02.080. A lengthy discussion ensued regarding how to assure that the third or fourth owners can pay for the improvements. It was explained that if there are a number of developers that sign the No Protest Agreement they would have to pay off the amount. This includes new or re-development. Mel Roberts, Kent Bicycle Board member spoke on behalf of cyclists. Roberts stated that the patchwork is an issue for bikers. He would like to see that the money is paid up front. Thomas moved to authorize the inclusion for Public Improvements under Kent City Code Section 6.02.080 and to secure said deferred improvements as described in section 6.02.060 OR through a No Protest Agreement or through a No Protest Agreement to the Formation of a Local Improvement District, upon concurrence of the language therein by the City Attorney and the Public Works Director. The motion was seconded by Harmon and passed 3-0. ITEM 7 - Information Only/Mowing Program: Public Works Operations Manager, Don Millett and Storm Maintenance Vegetation Supervisor, Scott Schroeder presented an informative PowerPoint Presentation showing various mowing and litter statistics and photos. No Motion Required/Information Only Adjourned: The meeting was adjourned at 6:08 p.m. Next Scheduled Meeting: Monday, October 5, 2009 at 4:00 p.m. Cheryl Viseth Public Works Committee Secretary CONTINUED COMMUNICATIONS A. EXECUTIVE SESSION ACTION AFTER EXECUTIVE SESSION