Loading...
HomeMy WebLinkAboutCity Council Meeting - Council - Agenda - 06/04/2013 CITY OF KENT ����J ii/i iIJ✓/r >/ r rah' l/r % /��//; City Council Meeting Agenda �. June 4, 2013 Mayor Suzette Cooke Dennis Higgins, Council President Councilmembers Elizabeth Albertson m Bill Boyce Jamie Perry x Dana Ralph u Deborah Ranniger we Les Thomas CIFY CLERK u �' KENT CITY COUNCIL AGENDAS KENT June 4, 2013 W>_HI. N Council Chambers Mayor Suzette Cooke Council President Dennis Higgins Councilmember Elizabeth Albertson Councilmember Bill Boyce Councilmember Jamie Perry Councilmember Dana Ralph Councilmember Deborah Ranniger Councilmember Les Thomas ********************************************************************** COUNCIL WORKSHOP AGENDA 5:30 p.m. Item Description Speaker Time 1. Wellness Program Becky Fowler 25 minutes 2. Six-Year Transportation Improvement Tim LaPorte 5 minutes Program (TIP) 3. SE 256th Street Improvements - Update Tim LaPorte 15 minutes 4. Liquor Control Board I-502 Regulations David Galazin 15 minutes ********************************************************************** COUNCIL MEETING AGENDA 7:00 p.m. 1. CALL TO ORDER/FLAG SALUTE 2. ROLL CALL 3. CHANGES TO AGENDA A. FROM COUNCIL, ADMINISTRATION, OR STAFF B. FROM THE PUBLIC - Citizens may request that an item be added to the agenda at this time. Please stand or raise your hand to be recognized by the Mayor. 4. PUBLIC COMMUNICATIONS A. Public Recognition B. Community Events C. Proclamation - Juneteenth Day D. Legislative Report E. Intergovernmental Reports 5. PUBLIC HEARINGS 6. PUBLIC COMMENT 7. CONSENT CALENDAR A. Minutes of Previous Meeting and Workshop - Approve B. Payment of Bills - None (Continued) COUNCIL MEETING AGENDA CONTINUED C. Berger Partnership Agreement for Kent Valley Loop Trail — Authorize D. 4Culture Sustained Support Grant Agreement — Accept E. Northwest Playground Equipment Inc. Agreement for Turnkey Park — Authorize F. East Hill Elementary School Bill of Sale — Accept G. Shoretel/Tri-Tec Communications, Inc. Goods & Services Agreement — Authorize H. Allied Telesis Annual Maintenance & Support — Authorize I. CDW-G/EMC Annual Maintenance & Support — Authorize J. 2014-2019 Six-Year Transportation Improvement Program — Set Hearing Date S. OTHER BUSINESS 9. BIDS A. 2013 Thermoplastic Markings B. 2013 Crack Sealing 10. REPORTS FROM STANDING COMMITTEES, STAFF AND SPECIAL COMMITTEES 11. EXECUTIVE SESSION AND ACTION AFTER EXECUTIVE SESSION 12. ADJOURNMENT NOTE: A copy of the full agenda packet is available for perusal in the City Clerk's Office. The Agenda Summary page and complete packet are on the City of Kent web site at www.KentWa.gov 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. m m O W W Ot O T v U C_ - N y O O T C J W i3 Ot y 10 C m J 0 J V V m m ._ O C m v i N O a m m �O J V U C m a m W Cyo- m m a'Ci � VQm miUNm TLC > ` 0w u Otmy TS p W �n F O O W �n '/� p C L y O a L Y vwi N E c O u N U W V m 0 a- wC Y , 9 a p w y C V w U J m W U m W - O O W C = T _ N m V C C i m C m o E w 0 u m m 0 �_ C OV OI; OI� � JUCw WL LLJwmC mJ0 m ml C Q m J O C O w i O ` C O J W W Ti T Ot V L O 0- V L OI O m a T 0 E m O L D `OI ` C J J `N W �n T J Q m V D'U C Y O L >_ % V y �' w C �n W C W O O a1 y y 3 w '�-� W • m W /� 10 y m y O T w w C N 10 VJi W v C U T J v Vp V¢I • a w C d N o c m y y E w y � E o > W w T C D_ wEJu N•L ,� m O pM I us 'm D ' J cc � a � E � � W -o WE '- J Em v . mm mm • -o J W r m w =on w m -O E � n � na � L E D J o - a U L 0 O J a J o = .w, a J m J m O t ,m, '^ £ o QV Off; 3mav, v, m 3 ._ aaaL ay .. =0190 UE _ T w W o V w '^ > p V' i w w > W � � w W � Vm iy m � J y - L V W L O L L O C m 0 m F m y i 0 = 0 w O C C 10 d t V C W y j 0 9 U Ot W V E i C C O.y0 O V J a 0 Q m C q a C W m m W 'U C U m C O O E 'y M U � C O O J E E °' _ Y O 'C w = v V 3i O m � C N J E YJ E 0 .VOV Cot� JC WC W vwi V -OO m EYm K .G a a t w a w J V E J T o E `w E , C L E m E aCi 3 W U v v C V E U - M v -OO V VO m V V w o 0 V1 OV W i w w E m v L f m C T •j m E � O a w O" L C V m T E C i O L 0 y O y W E 01U N m m a C m 0 O N W Obi N W y C N N N i U Vp w W w w w O V U O T- V N .0 0 Ifl - M m E S U O >> y U V y f m O y w C > E L w m C E V a F Z v o m o o H '^ 3 y p o 10 '° mFw E C F N J C U o m m m - L N ,� O V C W L a f w L C w L w v i OV Z w C o A W m ^C v T m F W C W Y ._ w � O E E -oo 0 w f w one a � ° o� w N J W M o�� � V .G o,� v -o .. W`M 3 0 W Y ?i U W E m y m O E �_ L w m U i W 'O _ C w J U C C 0 ?r W E O T m a U E 01 VVi 0 E C w C W N > C m L O3 L m o N J L C U y a 3 = C W m 0 J O W i J J W W J m • m W N y, F W >_ E ,� a U - E - u u V o u M Ydti mL ui� CdLN Vl mN 3 mti a m w m F w " = a a" a ._ ._ a V V C C O V m C m w ? W V E E v C � o w y. 0 C v O Y1 u m u m F a 3 o Q F v V m m o OU V ° m n $ $ w V > £ OU O �° � a Q w � W 02: a Q2: a Q2: v p O G` O > ^ L •zr E L n o ca > i3 V N Q N O w L • C C ` aSi a J a O F O N r� 0, C �r0j (n 3 O p _ C Q W V = z O Ln = w M O N y W O Ti N f m U1 b O ,y W W N m C - O C i� W OJ - r. r. N T M ` m rz 0 > M C � V _ M w U y a� L Q a J i0 C V i0 Z V C t G 1N V V 3 V m 0 `0 W 0 C N m v O C O C M M m OU Y .ram `mU Q 3 YrvY V N N E LU W r U1 C m O N AO J W '0 y W Ot V O Ot E a 0 i O W C y 1 L (j , - M T C O U � -o � � M 3 L � 3 .1T ,v`c ww Um scow a m m T 3 LD wapi U C m J m N v v 0 W J v O O 3 O b W O > v C G y • U m T U E :u T J a W y) O i 0 U pU W m LL j T C C 0 w J T w w o Q C w m U V U O - i T 0 W N C O a 3 K O j U VI C 0 L O vpi W j W W q 0 IT a 3 U > > m Y w Y 0, C C H m Wm 3 co E W ° {/1 m 3 a W ° "w °_ w air `or u''9i � `m -mo3 °-o oo � °�' � Mw G C G E wv COOw Z m O1i L m W O Orz Wt W C i a W N � O�O. O V a H j W � m .� m w D r Y Q u N o O L v A E m 0 •Y T 3 m G �. w w w u O ` v 0 O. L N FLU U +' W W '� UZW >- C , u , - Vl v O a� 6 a K in V m Q V > 4 a QF � m0 Q mU �, l_ ti COUNCIL WORKSHOP 1) Wellness Program 2) Six-Year Transportation Improvement Program (TIP) 3) SE 256th Street Improvements - Update 4) Liquor Control Board I-502 Regulations 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) Proclamation - Juneteenth Day D) Legislative Report E) Intergovernmental Reports PROCLAMATION Whereas, President Abraham Lincoln signed the Emancipation Proclamation on January 1, 1863, formally abolishing slavery in the United States of America; and Whereas, word about the signing of the Emancipation Proclamation was delayed some two-and-one-half years, to June 19, 1865, in reaching authorities and African-Americans in the South and Southwestern United States; and Whereas, Emancipation Day observations are held on different days but are celebrated in 41 different states, including Washington; and Whereas, June 19th has a special meaning to African-Americans, and is called "JUNETEENTH" combining the words June and Nineteenth, and has been celebrated by the African-American community for 147 years; and NOW, THEREFORE, I, Suzette Cooke, Mayor of the City of Kent, Washington, do hereby declare June 19, 2013, as UI.ETE T DAY" In the City of Kent, Washington, and urge all residents to become more aware of the significance of this celebration in African-American history and in the heritage of our nation and city. In witness whereof, I have hereunto set my hand and caused the seal of Kent to be affixed this 4th day of June, 2013. Szete Cooke, Mayor KENT WASHINGTON PUBLIC COMMENT KENT Agenda Item: Consent Calendar 7A - 7B CONSENT CALENDAR 7. City Council Action: Councilmember moves, Councilmember seconds to approve Consent Calendar Items A through J. Discussion Action 7A. Approval of Minutes. Approval of the minutes of the special workshop and regular Council meeting of May 21, 2013. 7B. Approval of Bills. No bills were available for approval. Z' KENT Kent City Council Meeting May 21, 2013 The regular meeting of the Kent City Council was called to order at 7:00 p.m. by Mayor Cooke. Councilmembers present: Mayor Cooke, Council President Higgins, Councilmember Albertson, Councilmember Boyce, Councilmember Perry, Councilmember Ralph and Councilmember Thomas. Councilmember Ranniger was excused from the meeting. CHANGES TO THE AGENDA A. From Council, Administration, Staff. Council President Higgins added Consent Calendar items M, and item N will be an excused absence for Councilmember Ranniger. Councilmember Albertson moved item 7C to Other Business, item 8E. Chief Administrative Officer Hodgson removed the executive session pertaining to labor negotiations. B. From the Public. None. PUBLIC COMMUNICATIONS A. Public Recoanition. Council President Higgins highlighted several of the sports teams and theater productions from the high schools. Councilmember Thomas discussed his nephew's success in track and field. Councilmember Albertson noted that her niece is going to Evergreen College. B. Community Events. Mayor Cooke discussed Ka Boom and the events surrounding the event. She noted that the event is run by Disney and involves the youth building the park. Councilmember Thomas stated that there is a tribute Beatles band performing at the ShoWare Center and "American Idol" will be there on July 19. C. Proclamation. Mayor Cooke read the Veterans Recognition Day Proclamation and presented it to Marcus Shelton and proclaimed Friday, June 13 as Veterans Day in Kent. Mr. Shelton thanked the City for the proclamation. Representatives from Kent- Meridian Post #6875 also thanked the Mayor for the proclamation. Councilmember Albertson said she was honored to have this proclamation move through the committee. She discussed her family being heavily involved in the military. D. Public Safety Report. Police Chief Ken Thomas gave his monthly update on crime statistics. Assistant Chief Pat Lowery presented the Chiefs Award for Valor to James Kido for calling 911 which led to the arrest of an intruder who was in his house. Detective Heather Vance also received the Chiefs Award for Exceptional Duty for pulling another officer, Sergeant Lance, away from being hit by a vehicle. Police Chief Ken Thomas also introduced a new corrections officer, Mark Mafnaf and highlighted Officer Chris Korus' work reading to students at Kent Elementary School. Mr. Thomas communicated that he and representatives from his department will be holding Block 1 Kent City Council Minutes May 21, 2013 Watch 101 at 6:00 p.m. and a community meeting at 7:00 p.m. at Sunnycrest Elementary on May 23. E. Intergovernmental Report. Council President Higgins reported on the Regional Transit Committee which will have two upcoming workshops, to discuss what the impacts will be to the cities after the legislative sessions are done. Councilmember Ralph noted that the Regional Law Safety and Justice will meet and discuss mental health and how it relates to public safety and the justice system. Councilmember Albertson reported on the South County Area Transportation Board meeting which covered the I-405/SR-167 corridor updates and the different tolling options the State is discussing. She stated that the State Transportation Commission undertook a survey and discussed the what citizens were willing to pay and noted that the legislature will need to step up and handle transportation issues. Councilmember Perry discussed the Sound Cities Association Public Issues Committee. F. Proclamation for Chief Administrative Officer John Hodason. Mayor Cooke read the proclamation for Chief Administrative Officer John Hodgson and proclaimed May 31, 2013, as "John Hodgson Day" in the city of Kent. Mr. Hodgson thanked the City for the proclamation. PUBLIC COMMENT 1. R. C. Sample, Kent, discussed plans to sell the Riverbend Par 3 golf course. He noted that there aren't any par 3 golf courses in the vicinity of Kent. 2. Dick Gravender, Kent, discussed the Riverbend Par 3 golf course. He noted that Mr. Tukes has children that come out to play on the course. Mr. Tukes also discussed the course and hoped the City can come to an agreement with the citizens concerning the course. 3. Kim Chatman, Kent, stated that she was called a racial slur by a Kent police officer. She explained the circumstances of her incident. Mayor Cooke asked Chief Ken Thomas about the incident and he stated that the City is investigating. 4. Gwen Allen-Carston, Kent, stated that she appreciates that a regular person can come speak to the council. She stated that the last time she was here the Kent Black Action Commission (KBAC) was a fledgling group. She discussed their positions and commitments to the community. She noted that they are hosting their Juneteenth event which is a commemoration of the ending of slavery in the United States. The event will be held on June 15 from 11:00 a.m. to 6:00 p.m. at the Kent Senior Activity Center. Councilmember Perry, Albertson and Thomas thanked everyone for coming to the Council meeting. 2 Kent City Council Minutes May 21, 2013 CONSENT CALENDAR Council President Higgins moved to approve Consent Calendar Items A through M, removing item 7C, seconded by Councilmember Thomas. The motion carried 6-0 and the following items were approved: A. Minutes of the workshop and regular Council meeting of May 7, 2013. B. Approval of Bills. Payment of the bills received through April 30 and paid on April 30 after auditing by the Operations Committee on May 7, 2013. Approval of checks issued for vouchers: Date Check Numbers Amount 4/30/13 Wire Transfers 5452-5466 $1,341,827.68 4/30/13 Regular Checks 372634-673017 3,352,392.70 4/30/13 Use Tax Payable 905.52 $4,695,125.90 Payment of the bills received through April 15 and paid on April 15 after auditing by the Operations Committee on May 7, 2013. Approval of checks issued for vouchers: Date Check Numbers Amount 4/15/13 Wire Transfers 5436-5451 $1,403,872.05 4/15/13 Regular Checks 672270-672633 1,593,279.75 Void Checks (2,015.97) 4/15/13 Use Tax Payable 5,195.69 $3,000,331.52 Approval of checks issued for payroll for April 16 through April 30 and paid on May 3, 2013: Date Check Numbers Amount 5/3/13 Checks 331442-331630 $ 99,258.93 5/3/13 Advices 313303-313933 1,262,116.29 $1,361,375.22 D. Noel, Inc. Consultant Services Agreement. The Mayor was authorized to sign a consultant services contract with Noel, Inc. for engineering services related to Green River Flood Protection Ecosystem Restoration Projects and Emergency Flood Response in the amount of $22,100, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. E. Traffic School Ordinance Amending KCC 9.36 "Traffic Code." Ordinance No. 4079, amending Chapter 9.36 of the Kent City Code entitled, "Traffic Code," adding a new Section 9.36.130 entitled "Traffic Safety School," formally establishing a traffic safety school to promote traffic safety within the city of Kent, was adopted. 3 Kent City Council Minutes May 21, 2013 F. Washinaton State Department of Social & Health Services Grant — Kent Police Youth Board Project. The Mayor was authorized to accept the grant award from the Washington State Department of Social & Health Services that focuses on youth alcohol use prevention, adjust the budget and to execute any documents relating to the grant funds with terms and conditions acceptable to the City Attorney and Police Chief. G. Target Zero Manager Contract. The Mayor was authorized to accept the grant award in the amount of $61,000 from the Washington Traffic Safety Commission funding 60% of the salary and benefits for the Target Zero Manager position with the City, and authorize executing any related documents with terms and conditions acceptable to the City Attorney and Police Chief. H. Fiscal Year 2012 BJA Justice Assistance Grant. The Mayor was authorized to accept the fiscal year 2012 Bureau of Justice, Justice Assistance Grant in an amount of $51,883, amend the budget and authorize expenditure of the funds in accordance with grant terms acceptable to the Police Chief and City Attorney. I. School Zone Traffic Safety Camera Ordinance. Ordinance No. 4080, amending Chapter 9.36 of the Kent City Code by adding the new Section 9.36.140 entitled, "School speed zone traffic safety cameras," was adopted. J. American Traffic Solutions Contract. The Mayor was authorized to enter into a five-year contract with American Traffic Solutions for school speed zone traffic safety cameras, subject to final terms and conditions acceptable to the City Attorney and Police Chief. K. 2012 Building & Fire Codes, Ordinances, Ordinance Nos. 4081 and 4082, amending various sections of Chapters 13.01 and 14.01 of the Kent City Code to adopt the 2012 editions of the International Building, Residential, Mechanical, Energy Conservation and Fire Codes, and the Uniform Plumbing Code, together with the City's local amendments to those codes as depicted in these ordinances, to revise Section 14.08.020 to refer to the newly adopted codes, and to make other housekeeping amendments were adopted. L. S. 2315t Way to Veterans Drive Name Change Resolution. Resolution No. 1874 renaming South 231't Way to Veterans Drive, was adopted. ADDED ITEMS M. Set Public Hearing Date. June 4, 2013, was set as the date for the public hearing to discuss the Six-Year Transportation Improvement Program. N. Excused Absence. An excused absence for Councilmember Ranniger, who was unable to attend the May 21, 2013, meeting, was approved. OTHER BUSINESS A. Kina County Interlocal Aareement for Briscoe/Desimone Levee. Mike Mactutis, Environmental Engineering Manager, discussed Monday's meeting with the 4 Kent City Council Minutes May 21, 2013 King County Flood Control District Board of Supervisors who voted unanimously to approve the interlocal agreement on the Briscoe/Desimone Levee with the City. He gave a brief report on the background of the levee. Council President Higgins thanked the public works staff for all their hard work. Mayor Cooke thanked King County Councilmembers Julia Patterson and Regan Dunn for working with their peers to get this done. Councilmember Albertson asked about discussions with Tukwila and Tim LaPorte, Public Works Director noted that they will start discussions as soon as the interlocal is ratified. Councilmember Albertson moved to authorize the Mayor to execute an agreement with the King County Flood Control District, allocating reimburse- ment to the City for improvements to the Briscoe Desimone Levee, subject to final terms and conditions acceptable to the City Attorney and the Public Works Director, seconded by Councilmember Ralph. Motion carried 6-0. B. 2013 Transportation Investment Packaae Support Resolution. Council President Higgins discussed the resolution and communicated its importance. He stated it is designed to encourage our representatives in the legislature to move forward on this transportation package. Council President Higgins moved to adopt Resolution No. 1875, urging the state legislature to enact legislation creating a 2013 Transportation Investment Package during the 2013 special session, seconded by Councilmember Perry. Motion carried 6-0. C. Issuance of the Consolidated LID 362 Bond Ordinance. Finance Director Robert Nachlinger discussed the bond ordinance and noted the reasons why the bonds are being done at this time. He noted that the underwriters found a firm interested in buying these bonds and the bonds aren't as restrictive in the reporting requirements as a public bond would be. Councilmember Boyce inquired if this would be done if there wasn't a merger going on and Mr. Nachlinger communicated that it would because there is an interested buyer. Councilmember Albertson asked how the two downgrades by Moody's would affect this. Mr. Nachlinger replied that these aren't city debts and there isn't an obligation for the City to make payments if the buyer has issues. Therefore, there won't be any affect. Councilmember Thomas moved to adopt Ordinance No. 4083, authorizing the issuance of Local Improvement District 362 bonds and authorizing the Mayor to execute all documents necessary for the issuance, subject to final review and approval by the Finance Director and the City Attorney, seconded by Council President Higgins. Motion carried 6-0. 5 Kent City Council Minutes May 21, 2013 D. House-Banked Social Card Room Gamblina Tax Reduction Ordinance. City Attorney Tom Brubaker gave the background of the ordinance and noted that Councilmember Thomas asked for it to be considered by the Council. Councilmember Boyce verified with Chief Administrative Officer John Hodgson that every one percent reduction represents $30,000 less in revenues that the City will receive. Council President Higgins verified with City Attorney Brubaker that this reduction would affect all casinos located in Kent. City Attorney Brubaker communicated that the casino was annexed and the laws banning casinos in the City aren't applicable. Mr. Hodgson, in responding to Councilmember Perry's question, highlighted that the City has received $327,000 this year from the Great American Casino and they have been fairly consistent in the amount they have paid in gambling taxes. Councilmember Boyce verified with Mr. Hodgson that local cities, except for Auburn, have their gambling tax rate set at four percent, and all the others are set at ten percent. Councilmember Thomas noted that he is proposing the amount be reduced to seven percent. Mr. Brubaker pointed out there is a sunset clause in the ordinance. Councilmember Perry verified with Mr. Hodgson that the annexation funds will stop after ten years. Councilmember Ralph clarified that the $300,000 in gambling taxes are a tax that only the casino pays. Councilmember Albertson pointed out that the City has the ability to charge a 20 percent tax. Councilmember Perry verified with Mr. Nachlinger that they don't pay a B&O tax. Councilmember Thomas moved to adopt Ordinance No. 4084, amending Section 3.21.010 of the Kent City Code entitled "Gambling activities and tax," and reducing the gambling tax from 11% to 7% of the gross amount of revenue from house-banked social card games, with a sunset of December 31, 2016, seconded by Council President Higgins. Councilmember Thomas stated that he is in favor of the motion. Councilmember Albertson stated she is opposed to the motion because they don't pay B&O tax and the city shouldn't have a tax break for certain businesses. She said she doesn't want to have it reduced all the way to 7 percent and the City can't afford to cut this revenue. She noted that the City has lost a lot of businesses and felt it shouldn't save one on the backs of the taxpayers. 6 Kent City Council Minutes May 21, 2013 Council President Higgins communicated that when faced with a position of having zero revenue rather than having a portion, he will take the portion. He voiced support for the motion and added that Kent needs to be competitive with neighboring cities Councilmember Boyce agreed with Councilmember Albertson and said this is a tough call. He noted this is a unique business and stated that businesses come and go. However, he has a hard time taking money away from the City and isn't convinced that making this adjustment will save the business. Councilmember Ralph stated that she will be supporting the motion. She stated she felt the City is receiving a greater amount of money in gambling tax than the B&O and would rather approach this as saving something rather than losing everything. She noted that this is a temporary reduction that will go away in 2016. Councilmember Perry stated that this tax reduction has no affect on the City's bottom line and doesn't affect the budget. She also noted the annexation and mitigation sales tax funds from the state will replace the lost revenue. She said she supports the motion. Councilmember Albertson agreed with Councilmember Perry and noted that the annexation money is always at risk. She added that if the City has more casinos in the future the rate will remain the same. She stated that the jobs that may be lost if this casino closes are part-time jobs not full-time positions. Councilmember Thomas moved the previous question, seconded by Council President Higgins. Motion carried 6-0. A vote was taken on the motion on the table which passed 4-2. Councilmember Albertson and Councilmember Perry dissented. Chief Administrative Officer Hodgson communicated that there is a cap on the amount that the City can have mitigated. He stated that there would be an impact because the City won't receive mitigation for the rest of this year. MOVED FROM CONSENT CALENDAR E. Consolidatina Budaet Adiustment Ordinance. Finance Director Robert Nachlinger explained the ordinance and asked for approval of additional budget reductions totaling $5,579,000 for that net decrease of $2,957,872, giving back a trust fund loan of $4 million for the street fund, and $1 million for the water fund. He added that the state allocated those funds for the 228th corridor project and were not used and the City is leasing those allocations back to the state. Councilmember Albertson inquired about the $2 million water-operating fund and Mr. Nachlinger noted that the City closed out projects and returned $1.1 million in funds which were project budgets that were not spent. Councilmember Thomas moved to adopt Ordinance No. 4085, approving and consolidating the 2012 budget for adjustments made between July 1, 2012 7 Kent City Council Minutes May 21, 2013 and December 31, 2012, reflecting an overall budget decrease of $2,957,872, seconded by Council President Higgins. Motion carried 5-1. Councilmember Albertson dissenting. REPORTS FROM STANDING COMMITTEES, STAFF AND SPECIAL COMMITTEES A. Council President. Council President Higgins noted the discussions at workshop regarding the school speed zone traffic safety camera item, the B&O tax update, the Public Facilities District appointment process and vacancy, and the Transportation Package Resolution. B. Mayor. Mayor Cooke announced that the King County Flood Control District is entering the budget process which prioritizes projects. She noted that the Council is preparing a report to the district concerning rebuilding the levees in Kent. She thanked those involved with the Briscoe/Desimone levee interlocal agreement. She noted that last Friday, Ben Wolters and Tim Higgins met with the ticketing agency, ShoWare, concerning their ticketing contract and the naming rights contract extension. C. Administration. Chief Administrative Officer Hodgson said there is one executive session item concerning property negotiations for 30 minutes. D. Economic & Community Development Committee. Councilmember Perry noted that she has worked with John Hodgson for years and that he has a consistently positive attitude about everything. She said she is really going to miss John. E. Operations Committee. None. F. Parks and Human Services Committee. None. G. Public Safety Committee. Councilmember Boyce stated that he has enjoyed working with John over the years and he will be missed. H. Public Works Committee. Councilmember Albertson noted that she is concerned about the golf course and this item needs to be kept in the public eye in order to have change. She noted that she has to resign from the Flood Control District Committee and is excited to be on the Human Services Commission. She noted that at the June 3rd Public Works meeting there should be bid information concerning the LID and how to problem solve it. She stated that she will miss John. She thanked John for his work with the (drug addicted babies) facility. I. Regional Fire Authority. Councilmember Les Thomas noted that the next meeting will be June 19th. He stated that it has been outstanding to work with John and that he is going to enjoy retirement. Councilmember Ralph stated that she loves Kent and loves the employees. She said that John loves the city and employees more that she does. She thanked John for all he does. 8 Kent City Council Minutes May 21, 2013 Council President Higgins thanked John for his assistance over the past few years and said he has done more than anyone he can think of to improve the City. Mayor Cooke stated that she has worked with John for eight years and he has done a great job with communication and keeping people informed. She said his work behind the scenes has been critical in successfully operating a City of 120,000 plus people with a reduced staff. RECESS At 9:12, Mayor Cooke called for a three minute recess. EXECUTIVE SESSION At 9:15 p.m., Mayor Cooke called the regular meeting back to order and announced that the Council would recess into an Executive Session for thirty minutes to discuss property acquisition, per RCW 42.30.110(1)(b). At 9:39 p.m., the Executive Session concluded and the regular meeting reconvened. Council President Higgins moved to authorize the Mayor to sign all necessary documents to complete the sale of real property known as Tract A of the "Top of the Hill" plat to Eagle Creek Land and development for $75,000, less closing costs but with no seller's commission, subject to approval of the final terms and conditions by the City Attorney and the Economic and Community Development Director, seconded by Councilmember Perry. Chief Administrative Officer John Hodgson noted that this property is surplus and a developer is willing to buy the property. A vote was taken on the motion on the table, which carried 6-0. Councilmember Perry moved to authorize the Mayor to sign the first amendment to the lease agreement between the City and Goodman Real Estate, its approved successors and assigns, and to authorize the Mayor to sign all documents necessary to close a sale of property for approximately $802,000 pursuant to the terms of the lease amendment, subject to approval of final terms and conditions by the City Attorney, seconded by Council President Higgins. City Attorney Brubaker noted that Goodman Real Estate is anxious to move on the Kent Town Center and stated that it includes a $300,000 contingency. He noted that there is a 60-day out clause just in case they don't perform. Councilmember Perry clarified that this is really good news that Goodman is interested in paying all the fees up front and moving forward in their project. She thanked Councilmember Ranniger for her work on this project. 9 Kent City Council Minutes May 21, 2013 Councilmember Albertson inquired about the "its approved successors and assigns." City Attorney noted that the successor is the City and the assigns means that the company will establish their own corporation to build and not to sell it to anyone to make something different. A vote was taken on the motion on the table, which carried 6-0. CAO Hodgson discussed his retirement and thanked his family, the City staff, and Council. ADJOURNMENT The meeting adjourned at 9:49 p.m. Ronald F. Moore, MMC City Clerk 10 KENT Kent City Council Workshop May 21, 2013 The meeting was called to order at 5:06 p.m. by Council President Higgins. Councilmembers present: Higgins, Thomas, Perry, Ralph, Boyce, and Albertson. Council President Higgins discussed the addition of three items to the agenda. School Speed Zone Traffic Safety Cameras. Assistant City Attorney Pat Fitzpatrick noted that the two items he is discussing are on the Consent Calendar as Items I and J. He discussed traffic and the results of a study done in the school zone areas within the City and noted that the school district supports the program. He explained how the system works and that a commissioned Kent police officer would be reviewing all of the recordings and issuing citations where appropriate. Councilmember Ralph verified with Mr. Fitzpatrick that if the infraction fees aren't paid, the registered owner will not be able to renew their vehicle registration. Council President Higgins confirmed that Sunrise and Neely O'Brien elementary schools have been chosen as the locations to install the traffic cameras because of their high rate of infractions. He also confirmed that based on the cost-benefit analysis, the revenues from the infractions will be enough to cover overtime of the officer who will be working the program. Councilmember Perry confirmed with Mr. Fitzpatrick that the City added certain items to the contract to protect the City, such as if the collected infractions don't equal the amount of the contract, the amount is rolled over to the next month. Additionally, if the amount continues to grow over a certain amount of months, the City can cancel the contract. He added that the City also has the right to move the cameras if needed. He also stated that if there is a court ruling that nullifies the use of video cameras, the City can opt out of the contract. He also noted that the vendor owns the cameras and if they are broken or vandalized he will replace them free of charge to the City. Councilmember Albertson questioned what is recorded and Mr. Fitzpatrick communicated that the system is only operating when the yellow lights are flashing and a vehicle is speeding through the zone. That, he said, is when the system records that vehicles' license plate. Mr. Fitzpatrick noted that there is a 30-day grace period from the time the system is installed before the City can issue any citations. During that period, he communicated that only warning letters will be issued to violators. He added that any positive revenues are only to be used for the program first, then towards traffic or criminal offenses and that the fines are $124 for 5 to 9 miles over the speed limit and $248 for 10 miles or more over. B&O Tax Update. Ben Wolters, Economic and Community Development Director discussed B&O taxes and how they affect third-party warehouses. He noted that these warehouses store items for other entities. 1 Kent City Council Workshop Minutes May 21, 2013 Robert Nachlinger introduced the City's B&O Tax auditors, Sonjia Barker, CPA, and Laura Schell. Ms. Barker discussed the background of the City's B&O Tax. She presented the City collections as of the 1st Quarter of 2013 which is $614,717. Ms. Schell discussed the interactive tax returns and how the City businesses pay their B&O taxes. Ms. Schell continued and highlighted the upcoming events concerning B&O processing. She communicated that there is a wealth of information on the City's website concerning B&O taxes. Councilmember Thomas questioned and discussed the amount of returns. Council President Higgins asked what the additional burden for businesses to have to fill out the city of Kent forms. David Galazin, Assistant City Attorney replied that the process of filling out the forms in Kent is pretty similar, but there are differences. Council President Higgins noted that there have been complaints about the City's forms and Mr. Galazin listened and responded briefly. Council President Higgins inquired if there will be any modification of the forms in the future if there are any significant issues or effective revisions in the future. Mr. Galazin replied that they are open to revisions if there are items that don't need to be there or inconsistencies. Robert Goehring, City Auditor, replied that there is a web address and area for businesses that can supply input. He noted that the City is somewhat constrained in some of the reporting documents but the CIty tries to make it user friendly. Council President Higgins noted that the 1st Quarter B&O Tax Activity form is good and requested to see it at every quarterly meeting. Councilmember Ralph inquired if there is a form that goes out to remind taxpayers that their payment is due. Mr. Goring stated that that is in the works with the IT Department and should be done in the second quarter. Councilmember Perry inquired if there is a way that non-compliance numbers can be reported to the Council. She said it would be nice to know where the City is when it comes to those who aren't paying their B&O taxes. Mr. Goring explained the "outreach" effort that was undertaken concerning the B&O taxes. Tom Dooley, Chief Executive Officer, Principled Solutions, noted that his firm owns four warehouses in Kent and has been here since 1975. He communicated that they only are storing items for other firms. He noted that his firm is paying 50-60 percent more than the funds given to the State. Councilmember Albertson verified that his business is making $737,000 in gross revenues per month. 2 Kent City Council Workshop Minutes May 21, 2013 Councilmember Perry inquired if Fed Ex is a third party warehouse and Mr. Wolters communicated that they aren't. Ms. Barker communicated that Fed Ex is defined as a freight company, not as a third party warehouse. Mr. Dooley explained that his business has a full inventory of products stored by a company. He noted that the items are placed into their inventory. Councilmember Ralph inquired about traffic and how many trips get taken into his warehouses and Mr. Dooley communicated that he doesn't have a definitive answer. Council President Higgins noted that this was set up to take care of the roads in the warehouse area. He stated the square footage tax was an attempt to take care of the damage due to truck traffic. Councilmember Albertson stated that the roads in the valley are wet and damage easy. She noted that the Kent warehouse district is the fourth largest in the country and she isn't seeing the millions of dollars coming in that the Council thought would come in to take care of the roads in that area. She said she would encourage the Council to continue to collect information and address it in a comprehensive package when the time is right and that she isn't comfortable adjusting anything at this time. Councilmember Boyce communicated that the City won't know how things are going until a full year has gone by. He said the City will have a better idea of how this will look in December. Councilmember Perry communicated that she doesn't have an issue looking at this. She noted that if the goal is $5 million and rates should get reviewed and possibly raised if that amount isn't attained. She added that she isn't comfortable with the definition of third-party warehouse. Public Facilities District Appointment Process. Council President discussed the press release created by Michelle Wilmot and the Council agreed to go ahead with the process. Transportation Packaae Resolution. City Attorney Tom Brubaker communicated that he revised section G of the resolution. Councilmember Albertson stated that the only revision she would make is that the City has already made a commitment to this in previous Council legislation. The meeting adjourned at 6:28 p.m. Ronald F. Moore, MMC City Clerk 3 KENT Agenda Item: Consent Calendar — 7C TO: City Council DATE: June 4, 2013 SUBJECT: Berger Partnership Agreement for Kent Valley Loop Trail — Authorize MOTION: Authorize the Mayor to sign the consultant agreement with the Berger Partnership for $98,550 to develop a master plan for the Kent Valley Loop Trail, subject to final terms and conditions acceptable to the City Attorney and the Parks Director. SUMMARY: The regionally significant Green River and Interurban trails intersect near the southern tip of the city. The fantastic views of Mount Rainier and the Green River from these flat, paved, mostly off-road trails, as well as their proximity to several other significant local destinations, contribute to the potential for a loop trail experience unique to the Puget Sound area. The goal of this project is to create a master plan for identifying a route for connect- ing the two trails at the northern end of the city, increasing the recreational value of the trails and adjacent parks, and better connecting the trails to the surrounding community. In order to achieve these goals, the City will need to address some of the trails' current challenges, as well as balance recreational goals with other public priorities, including habitat restoration and flood control. The consultant was selected from a field of eleven landscape architecture firms who responded to the Request for Qualifications. The selection panel included representa- tives from Parks, Public Works, Economic and Community Development, the Arts Commission and Kent Parks Foundation. EXHIBITS: Draft Consultant Agreement RECOMMENDED BY: Parks and Human Services Committee BUDGET IMPACTS: $98,550 in expenditures from the King County Paths and Trails budget. KEN I CONSULTANT SERVICES AGREEMENT between the City of Kent and i Berger Parntership THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Berger Partnership organized under the laws of the State of Washington], located and doing business at 1721 8`h Avenue North, Seattle, WA 98109, 206.325.6877, bergerparthnership.com (hereinafter the "Consultant"). i I. DESCRIPTION OF WORK. Consultant shall perform the following services for the City in accordance with the following described plans and/or specifications: Master Plan of the Kent Valley Loop Trail, as described and attached in Exhibit A. i 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 February 28, 2014: III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed Ninety Eight Thousand, Five Hundred and Fifty Dollars and no/100 ($98,550.00), for the services described in this Agreement. This is the maximum amount to be paid under this Agreement for the work described in Section I above, and shall not be exceeded without the prior written authorization of the City in the form of a negotiated and executed amendment to this agreement. The Consultant agrees that the hourly or flat rate charged by it for its services contracted for herein shall remain locked at the negotiated rate(s) for a period of one (1) year from the effective date of this Agreement. The Consultant's billing rates shall be as delineated in Exhibit A. CONSULTANT SERVICES AGREEMENT - 1 (Over$10,000) 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. 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. 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 CONSULTANT SERVICES AGREEMENT - 2 (Over$10,000) 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. In the event Consultant refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Consultant's part, then Consultant shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Consultant's part. 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 B attached and incorporated by this reference. IX. EXCHANGE OF INFORMATION. The City will provide its best efforts to provide reasonable accuracy of any information supplied by it to Consultant for the purpose of completion of the work under this Agreement. X. OWNERSHIP AND USE OF RECORDS AND DOCUMENTS. Original documents, drawings, designs, reports, or any other records developed or created under this Agreement shall belong to and become the property of the City. All records submitted by the City to the Consultant will be safeguarded by the Consultant. Consultant shall make such data, documents, and files available to the City upon the City's request. The City's use or reuse of any of the documents, data and files created by Consultant for this project by anyone other than Consultant on any other project shall be without liability or legal exposure to Consultant. XI. CITY'S RIGHT OF INSPECTION. Even though Consultant is an independent contractor with the authority to control and direct the performance and details of the work CONSULTANT SERVICES AGREEMENT - 3 (Over$10,000) 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. 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 CONSULTANT SERVICES AGREEMENT - 4 (Over$10,000) other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Consultant agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Consultant's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. CONSULTANT: CITY OF KENT: By: By: (signature) (signature) Print Name: Print Name: Suzette Cooke Its Its Mayor (title) '.... DATE: DATE: NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: Greg Brower, Principal Hope Gibson, Manager Parks Planning & Dev. Berger Partnership City of Kent 1721 Bch Ave. N. 220 Fourth Avenue South Seattle, WA 98109 Kent, WA 98032 206.325.6877 (telephone) (253) 856-5112 (telephone) N/A (facsimile) (253) 856-6050 (facsimile) APPROVED AS TO FORM: Kent Law Department 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: 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 20_. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 1 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 2 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 20 By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 t I �wi 4 Difi r PARTNERSHIP 5.06.13 r r Hope Gibson Park Planning and Development Manager City of Kent 220 Fourth Avenue South Kent,WA 98032 Proposal for Landscape Architectural Services-Kent Valley Loop Trail Dear Hope: We were very excited to learn we were selected to work with the City of Kent on a master plan for the Kent Valley Loop Trail (KVLT).This project excites us because of the opportunity to expand the experiences of trail users and be part of creating a very unique recreational amenity within the city.We look forward to making the most of the opportunities and challenges ahead. Project Scope and Understanding The KVLT is proposed to be a recreational loop located entirely within the City of Kent approximately 12-13 miles in length.The loop is mostly intact making use of the Interurban and Green River Trails.The missing section is in the northwest area of the city, a warehouse and industrial district.This project will propose a route to close the loop, improve trail safety and function, and enhance the experience for trail users. This proposal is structured around the proposed public involvement events.At this time we anticipate a sequence of three events or phases: 1. Visioning/Conceptual Ideas 2. Preferred Plan 3. Master Plan Presentation Each event will address two primary topics: Closing the loop and enhancing the loop. Closing the loop will focus on determining the best option to connect the Green River and Interurban Trails. Part of this effort includes establishing criteria for the connector to ensure it is safe and consistent with the existing trails, Enhancing the loop will focus on the safety and function of the existing trails, along with creating a memorable experience. LandscapeAYChlteeture Berger Partnership Ps 2063256877 Urban Design 17218th Ave N bergerpartnership.com g Seattle,WA 98109 5.06.13 I�'1"'� PARTNERSHIP Hope Gibson �...-,'r r r City of Kent Proposal for Landscape Architectural Services—Kent Valley Loop Trail Page 2 of 6 Scope of Work Visioning/Conceptual Plan In this phase we will work with the city, community and stakeholders to establish a vision and conceptual ideas for the trail. This work includes meetings with the stakeholders and conducting a public involvement event. • Project kick-off meeting.Attend and participate in a meeting with the stakeholders, parks, public works, King County,Tukwila, and others as appropriate.The goal of this meeting is to generate a list of the ideas, issues, and concerns that may affect the loop trail. • Participate in the selection of the project artist. • Work with city staff on a public outreach plan that may include mailers, newsletter additions, emails, postings, and trail signs. • Conduct a site visit to review existing conditions and possible routes to close the loop. Record findings through photographs and plan notation. Conduct inventory and research on the existing trail and existing documentation. Prepare plans of existing conditions, constraints, and other improvement projects along the trail. ® Review existing conditions for environmental concerns, provide options for trail treatments the respond to environmental conditions. • Establish goals and priorities for the master plan. • Identify 2-3 optional routes for closing the loop and locations or zones for enhancement.This work will be based on work prepared by the city and narrowed to one or two options for further study. • Generate a list of trail enhancement opportunities.The intent is to inspire thinking at the public meeting not drive the design. • Five possible enhancement zones have been identified: interurban, downtown, residential, open space/recreation, and industrial/warehouse. For each enhancement zone we will prepare 2-3 enhancement concepts. • Prepare exhibits for use in the public meeting. Exhibits may include plan graphics, sketches, and photographic images. • Conduct a public involvement meeting to obtain input on closing the loop and ideas for enhancement.This meeting may be a trail event, or within a community space with an open house format.Two primary stations will focus on closing the loop and enhancing the loop. Conceptual ideas will be presented to inspire creative thinking and generate discussion. 5.06.13 PARTNERSHIP Hope Gibson r r City of Kent Proposal for Landscape Architectural Services—Kent Valley Loop Trail Page 3 of 6 • Provide the visioning and conceptual plan presentation to the city in digital format for posting on the city's website for additional comment. O Attend two outreach meetings with the business owners in the area of the loop closure to address specific concerns. • Attend two meetings with city staff and stakeholders. Tentatively one meeting will be prior to the public meeting to review the meeting content and structure and one meeting after to review the input. • Prepare a conceptual statement of probable construction costs for favored options. e Provide coordination with the artist, design team, and city. Deliverables: Inventory and analysis plans, site photographs, research findings Goals and priorities Trail route options/diagrams Enhancement opportunities/conceptual ideas Plans and graphics for the public meeting Statement of probable construction costs Public meeting summary Preferred Plan In this phase we will focus the input and comments into a preferred plan.This plan will show the preferred option for closing the loop along with desired enhancement options. • We will prepare a preferred plan that illustrates the loop trail, enhancement areas or zones. Enhancement areas will be studied with the appropriate level of detail. • Prepare exhibits for use in the public meeting. Exhibits may include plan graphics, sketches, and photographic images. • Prepare a descriptive narrative that describes the character and design intent, identifies issues, and summarizes the priorities. • Conduct a public involvement meeting to obtain comments on the preferred direction and the character of the enhancements. • Provide the preferred plan presentation to the city in digital format for posting on the city's website for additional comment. • Attend two meetings with city staff and stakeholders. Tentatively one meeting will be prior to the public meeting to review the meeting content and structure and one meeting after to review the input. 5.e6.13 - PARTNERSHIP Hope Gibson City of Kent bercrer 11 Proposal for Landscape Architectural Services—Kent Valley Loop Trail Page 4 of 6 • Prepare a preliminary statement of probable construction costs. • Provide coordination with the artist, design team, and city. Deliverables: , Preferred plans and graphics for the public meeting Public meeting summary Preliminary statement of probable construction costs Master Plan Presentation In this phase we will prepare the master plan documentation.This includes exhibits for presentation along with a master plan brochure that includes plans, graphics, images, narratives, and costs. • Prepare exhibits for a master plan presentation. This may include plans, sketches, and photographs. • Prepare the master plan exhibits for a presentation to the City Council and/or Park Board.This meeting will be open to the public and will serve as the final presentation. • Provide the master plan presentation to the city in digital format for posting on the city's website for additional comment. • Prepare the master plan document.This document includes plans, sketches, and photographic images that support the character and design intent.The document will also include narratives, and statements of probable construction costs. Priorities for implementation will be provided. • Attend two meetings with city staff and stakeholders. Tentatively one meeting will be prior to the Council/Board meeting to review the meeting content and structure and one meeting after to review the input. • Provide coordination with the artist, design team, and city. Deliverables: Master plan presentation exhibits Summary of Council/Board input Master plan document 5.06.13 -. PARTNERSHIP Ill Hope Gibson r r City of Kent Proposal for Landscape Architectural Services—Kent Valley Loop Trail Page 5 of 6 Assumptions • The City of Kent will provide plans, surveys, and other documentation to support the planning effort. If additional material is required for the planning effort we will define what it is and provide a scope of work and fee as needed. • Meetings in addition to those listed will be provided as an additional service. • Consultants such as traffic engineering, architectural, and environmental are not included. If the need arises we will obtain a scope of work and fee proposal prior to engaging professional services. • Business outreach meetings are limited. Additional meetings to those proposed can be provided as an additional service. Fees Based on the scope of services identified at this time, we have established a fee for landscape architectural services as follows: Berger Partnership $68,000.00 Toole Design Group $20,500.00 Watershed Company $5,000.00 Sub-consultant mark-up (100/.) $2,550.00 Total $96,050.00 Estimated reimbursable expenses $2,500.00 Fees will be billed monthly based upon the percentage of work completed. Services beyond those noted in this proposal will be billed as additional services on an hourly basis as follows, or lump sum fees can be negotiated: Principal $175.00 per hour Associate $125.00 per hour Project Manager $100.00 per hour Landscape Architectural Staff $90.00 per hour Administrative Staff $56.00 per hour All accounts are due in ten days. Invoices not paid within 30 days of invoice date will be subject to late charges of 1%per month. If payment for services is not received within 90 days of the invoice date, all subsequent services and/or issuance of documents may be postponed until receipt of payment, unless special arrangements are made prior to providing the services. I 5.06.13 r' RA RTN E R SH IG Hope Gibson r r City of Kent Proposal for Landscape Architectural Services—Kent Valley Loop Trail Page 6 of 6 Fees may be subject to renegotiation if the proposal is not accepted within 60 days. If the duration of the contract exceeds one year, hourly rates may be subject to annual adjustments at the anniversary date of the contract. If you have questions,would like more information, or wish to make any modifications, please do not hesitate to contact us.We look forward to working with you on the Kent Valley Loop Trail. Sincerely, B��err..'ger Partnership PS Greg Brower Principal i I EXHIBIT INSURANCE REQUIREMENTS FOR CONSULTANT SERVICES 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, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Consultant shall obtain insurance of the types described below: 1. Automobile Liabilitv 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. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Consultant'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. B. Minimum Amounts of Insurance Consultant shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $1,000,000 general aggregate and a $1,000,000 products-completed operations aggregate limit. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The 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 Consultant 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 Consultant's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. E. Verification of Coverage 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. F. Subcontractors Consultant 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 Consultant. KENT Agenda Item: Consent Calendar — 7D TO: City Council DATE: June 4, 2013 SUBJECT: 4Culture Sustained Support Grant Agreement — Accept MOTION: Accept the Sustained Support grant from 4Culture in the amount of $17,000, to fund 2013 Kent Arts Commission programs, and authorize the Mayor to sign all necessary documents and approve the expenditure of funds in the Kent Arts Commission budget, subject to final terms and conditions acceptable to the City Attorney and the Parks Director. SUMMARY: 4Culture has awarded the Kent Arts Commission $17,000 in sustained support funding through a competitive grant process. The funding will support 2013 programs, including Spotlight Series performances, the Kent Kids' Arts Day and the Kent Summer Concert Series. EXHIBITS: King County Grant Agreement RECOMMENDED BY: Parks and Human Services Committee BUDGET IMPACTS: Revenue of $17,000 to the Kent Arts Commission budget. Agreement No. 113268A Contractor's Federal Taxpayer ID No. (last 4 digits) Contractor City of Kent Arts Commission Project Title: 2013 Programs Contract Amount: $17,000,00 Fund Source: CP —Arts Sustained Support Contract Period From: 01/01/2013 To: 12/31/2013 AGENCY SERVICES CONTRACT 2013 THIS CONTRACT is entered into by the CULTURAL DEVELOPMENT AUTHORITY OF KING COUNTY ("4Culture"), whose address is 101 Prefontaine Place South, Seattle, WA 98104-2672 and telephone number is (206) 296-7580 and City of Kent Arts Commission (the "Contractor"), whose address is 220 4th Ave S Kent WA 98032 and telephone number is (253) 856-5055. Contractor is an art, cultural or historical organization or specialist qualified to receive funds pursuant to King County Code Sections 2.48 and 4.42 and RCW 67.28.180 and as hereinafter may be amended. The 4Culture Board of Directors approved providing funds for this project by Motion No. 2013-13. 4Culture desires to provide funds with which the Contractor shall render certain services to King County citizens. Such services are for the benefit of art museums, cultural museums, heritage museums, the arts, and/or the performing arts and are consistant with those defined in RCW 67.28.180 ("Public Benefit Services"). 4Culture is organized pursuant to King County Ordinance 14482 and RCW 35.21.730, et seq. RCW 35.21.750 provides as follows: "[All] liabilities incurred by such public corporation, commission, or authority shall be satisfied exclusively from the assets and properties of such public corporation, commission or authority and no creditor or other person shall have any right of action against the city, town, or county creating such corporation, commission, or authority on account of any debts, obligations, or liabilities of such public corporation, commission, or authority." The legislative authority of 4Culture has found and declared that providing funds to Contractor to reimburse Project costs in consideration of services provided hereunder constitutes a public purpose with the meaning of Article VII, Section 1 of the Washington State Constitution for which public funds may properly be expended or advanced. NOW, THEREFORE, in consideration of payments, covenants, and agreements hereinafter mentioned, to be made and performed by the parties hereto, the parties covenant and do mutually agree as follows: AG SVC 2013 Page 1 of 7 j I. SCOPE OF SERVICES A. The Contractor shall provide services and comply with the requirements set forth hereinafter and in the following attached exhibits which are incorporated herein by reference: ® Specific Scope of Services & Reimbursement Schedule Attached hereto as Exhibit A ® Project Proposal and Budget Attached hereto as Exhibit B ® Insurance Requirements Attached hereto as Exhibit C ❑ Personnel Inventory (K.C.0 12.16.060A)( In combination with Attached hereto as Exhibit D other agreements, in excess of$25,000 in a calendar year ❑ Affidavit and Certificate of Compliance (K.C.0 12.16.060B) Attached hereto as Exhibit E (for Agreements in excess of$25,000) ❑ Disability Assurance of Compliance/Section 504 (KCC Attached hereto as Exhibit F 12.16.060D) (ORGANIZATIONS ONLY B. Purchase of Services. Funds awarded under this Agreement shall be used solely to reimburse the Contractor for expenses incurred expressly and solely in accordance with the Project Proposal and Budget and/or the Specific Scope of Services attached. Any amendment or modification to the Project Proposal and Budget or the Specific Scope of Services and Payment Schedule must be approved in writing by 4Culture. The work described generally by the Project Proposal and Budget and more specifically by the Specific Scope of Services shall hereinafter be referred to as the "Project". C. In addition to performing the Project, Contractor shall provide any Public Benefit Provisions that may be specified in the Specific Scope of Services attached. D. Contractor agrees to acknowledge 4Culture support with inclusion of the approved 4Culture logo in all marketing and promotional materials during the period this contract is in force: ® Approved logos are available for download in a variety of formats at C U LT U RE http://www.4culture.org KING COUNTY LOOOIN6= E. The Contractor agrees to notify 4Culture in advance of any public Project activities, including but not limited to ground breaking events, dedications, and other public programs. II. DURATION OF CONTRACT This Agreement shall commence on January 1 2013 and shall terminate on December 31, 2013. This Agreement, however,may be terminated earlier as provided in Section IV hereof. III. COMPENSATION AND METHOD OF PAYMENT A. 4Culture shall reimburse the Contractor for its actual and authorized expenditures incurred in satisfactorily completing the Specific Scope of Services attached and otherwise fulfilling all requirements specified in this contract in an aggregate amount not to exceed $17 000.00. AG SVC 2013 Page 2 of 7 B. Contractor may apply to 4Culture for reimbursement upon completion of specified phases as detailed in the Specific Scope of Services and Reimbursement Schedule attached to this contract. C. Contractor shall submit an invoice and all accompanying reports in the forms attached hereto as "EXHIBITS", not more than 30 days after the completion of each specified phase identified in the Specific Scope of Services and Reimbursement Schedule. 4Culture will initiate authorization for payment after approval of corrected invoices and reports. 4Culture shall make payment to the Agency not more than 60 days after the appropriate invoice is received. D. Contractor shall submit its final invoice and all outstanding reports within 30 days of the date this Agreement terminates. If the Agency's final invoice and reports are not submitted by the day specified in this subsection, 4Culture will be relieved of all liability for payment to the Agency of the amounts set forth in said invoice or any subsequent invoice E. Accompanying the final invoice for the project, the Contractor shall also submit: 1. A project evaluation report upon the form provided by 4Culture. 2. If 4Culture requests, at least two images (prints, slides, or digital images accompanied by a high-quality print-out) of publishable quality for use by 4Culture to publicize its funding programs. Photos shall have credits, caption information, and permission to publish. F. If the Contractor fails to comply with any terms or conditions of this contract or to provide in any manner the work or services agreed to herein, 4Culture may withhold any payment to the Contractor until 4Culture is satisfied that corrective action, as specified by 4Culture, has been completed. This right is in addition to and not in lieu of 4Culture's right to terminate this contract as provided in Section IV, any other rights of4Culture under this Agreement and any other right or remedy available to4Culture at law or in equity. IV. TERMINATION OF AGREEMENT A. If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner its obligations under this Agreement or if the Contractor shall violate any of its covenants, agreements or stipulations of this Agreement, 4Culture may terminate this Agreement and withhold the remaining allocation. Prior to so terminating this Agreement, 4Culture shall submit written notice to the Contractor describing such default or violation. 4Culture shall not so terminate this Agreement if 4Culture determines that Contractor has, within twenty (20) days of the date of such notice, fully corrected such default or violation. V. MAINTENANCE OF RECORDS A. The Contractor shall maintain accounts and records, including personnel, property, financial, and programmatic records and other such records as may be deemed necessary by 4Culture to ensure proper accounting for all contract funds and compliance with this Agreement. All such records shall sufficiently and properly reflect all direct and indirect costs of any nature expended and services provided in the performance of this Agreement. B. These records shall be maintained for a period of six (6) years after termination of this Agreement unless a longer retention period is required by law. AG SVC 2013 Page 3 of 7 VI. AUDITS AND EVALUATIONS A. The records and documents with respect to all matters covered by this Agreement shall be subject at all times to inspection, review or audit by 4Culture and/or federal/state officials so authorized by law during the performance of this Agreement and six (6) years after termination hereof. B. The Contractor shall provide right of access to its facilities, including by any subcontractor to 4Culture, the King County, state and/or federal agencies or officials at all reasonable times in order to monitor and evaluate the services provided under this Agreement. 4Culture will give advance notice to the Contractor in the case of fiscal audits to be conducted by 4Culture. C. The Contractor agrees to cooperate with 4Culture in the evaluation of the Contractor's performance under this contract and to make available all information reasonably required by any such evaluation process. The results and records of said evaluations shall be maintained and disclosed in accordance with RCW Chapter 42.17 (Public Records Act). Vtl. PROPRIETARY RIGHTS If any patentable or copyrightable material or article should result from the Project, all rights accruing from such material or article shall be the sole property of Contractor. Contractor agrees to and does hereby grant to 4Culture, an irrevocable, nonexclusive, and royalty-free license to use, according to law, any material or article and use any method that may be developed as part of the work under this Agreement. The foregoing license shall not apply to existing training materials, consulting aids, checklists, and other materials and documents of Contractor which are modified for use in the performance of this Agreement. VIII. FUTURE SUPPORT. 4Culture makes no commitment to support the services contracted for herein nor guarantee regarding the success of the services and assumes no obligation for future support of the Project except as expressly set forth in this Agreement. IX. HOLD HARMLESS AND INDEMNIFICATION A. In providing services under this Agreement, the Contractor is an independent contractor, and shall determine the means of accomplishing the results contemplated by this Agreement. Neither the Contractor nor its officers, agents or employees are employees of 4Culture for any purpose. The Contractor shall comply with all applicable federal and state laws and regulations regarding employment, minimum wages and hours, and discrimination in employment. The Contractor is responsible for determining the compensation of its employees, for payment of such compensation, and for all federal and/or state tax, industrial insurance, and Social Security liability that may result from the performance of and compensation for these services. The Contractor and its officers, agents, and employees shall make no claim of career service or civil service rights which may accrue to a 4Culture employee under state or local law. 4Culture assumes no responsibility for the payment of any compensation, wages, benefits, or taxes by, or on behalf of the Contractor, its employees and/or others by reason of this Agreement. To the extent allowed by law, the Contractor shall protect, defend, indemnify and save harmless 4Culture and its officers, agents, and employees from and against any and all claims, costs, and/or losses whatsoever occurring or resulting from (1) the Contractor's failure to pay any such compensation, wages, benefits, or taxes; (2) the supplying to the Contractor of work, services, materials, or supplies by Contractor employees or other suppliers in connection with or support of the performance of this Agreement. The Contractor shall also defend, indemnify, and save harmless 4Culture, and its officers, agents, and employees, from and against any and all claims made by Contractor's employees arising from their employment with Contractor. AG SVC 2013 Page 4 of 7 B. To the full extent provided by applicable law, the Contractor shall protect, defend, indemnify, and save harmless 4Culture its officers, employees, and agents from any and all costs, claims,judgments, and/or awards of damages, arising out of or in any way resulting from the acts or omissions of the Contractor, its officers, employees, and/or agents, except to the extent resulting from 4Culture's sole negligence. If this Agreement is a "a covenant, promise, agreement or understanding in, or in connection with or collateral to, a contract or agreement relative to the construction, alteration, repair, addition to, subtraction from, improvement to, or maintenance of, any building, highway, road, railroad, excavation, or other structure, project, development, or improvement attached to real estate" within the meaning of RCW 4.24.225, the Contractor shall so protect, defend, indemnify, and save harmless 4Culture, its officers, employees, and agents only to the extent of the Contractor's, its officers', employees', and/or agents' negligence. The Contractor agrees that its obligations under this subparagraph extend to any claim, demand, and/or cause of action brought by or on behalf of any employees, or agents. In the event 4Culture incurs any judgment, award and/or cost arising there from including attorneys' fees to enforce the provisions of this article, all such fees, expenses, and costs shall be recoverable from the Contractor. Claims shall include, but are not limited to, assertions that the use or transfer of any software, book, document, report, film, tape or sound reproduction or material of any kind, delivered hereunder, constitutes an infringement of any copyright. X. INSURANCE REQUIREMENTS The Contractor shall procure and maintain for the duration of this Agreement insurance as described on the Exhibit labeled as Insurance Requirements attached here to. XI. CONFLICT OF INTEREST Chapter42.23 RCW (Code Of Ethics For Municipal Officers--Contract Interests) is incorporated by reference as if fully set forth herein and the Contractor agrees to abide by all the conditions of said Chapter. Failure by the Contractor to comply with any requirements of such Chapter shall be a material breach of contract. In addition, Contractor represents, warrants and covenants that no officer, employee, or agent of 4Culture who exercises any functions or responsibilities in connection with the planning and implementation of the Specific Scope of Contract Services funded herein, has or shall have any beneficial interest, directly or indirectly, in this contract. The Contractor further represents, warrants and covenants neither it nor any other person beneficially interested in this Agreement has offered to give or given any such officer, employee, or agent of 4Culture, directly or indirectly, any compensation, gratuity or reward in connection with this Agreement. The Contractor shall take all appropriate steps to assure compliance with this provision. AG SVC 2013 Page 5 of 7 XII. NONDISCRIMINATION During the performance of this Agreement, Contractor shall comply with state, federal and local legislation requiring nondiscrimination in employment and the provision of services to the public, including, but not limited to: Title VI of the Civil Rights Act of 1964; chapter 49.60 RCW (the Washington state law against discrimination); K.C.C. chapter 12.16 regarding discrimination and affirmative action in employment by contractors, subcontractors and vendors; K.C.C. chapter 12.17 prohibiting discrimination. in contracting; K.C.C. chapter 12.18 requiring fair employment practices; K.C.C. chapter and 12.22 prohibiting discrimination in places of public accommodation. The Contractor shall maintain, until 12 months after completion of all work under this contract, all written quotes, bids, estimates or proposals submitted to the Contractor by all businesses seeking to participate in this Agreement. The Contractor shall make such documents available to 4Culture for inspection and copying upon request. X111. NOTICES Whenever this Agreement provides for notice to be provided by one party to another, such notice shall be in writing and directed to the chief executive officer of Contractor and the Executive Director of 4Culture at the addresses first written above. Any time within which a party must take some action shall be computed from the date that the notice is received by said party. XIV. GENERAL PROVISIONS No modification or amendment to this Agreement shall be valid unless made in writing and signed by the parties hereto. Proposed changes which are mutually agreed upon shall be incorporated by written amendments to this Agreement. 4Culture's failure to insist upon the strict performance of any provision of this Agreement or to exercise any right based upon a breach thereof or the acceptance of any performance during such breach, shall not constitute a waiver of any right under this Agreement. In the event any term or condition of this Agreement or application thereof to any person or circumstances is held invalid, such invalidity shall not affect other terms, conditions, or applications of this Agreement which can be given effect without the invalid term, condition, or application. To this end, the terms and conditions of this Agreement are declared severable. The parties agree that this Agreement is the complete expression of the terms hereto and any oral or written representations or understandings not incorporated herein are excluded. Both parties recognize that time is of the essence in the performance of the provisions of this Agreement. XV ATTORNEYS' FEES; EXPENSES Contractor agrees to pay upon demand all of 4Culture's costs and expenses, including attorneys' fees and 4Culture's legal expenses, incurred in connection with the enforcement of this Agreement. 4Culture may pay someone else to help enforce this Agreement, and Contractor shall pay the costs and expenses of such enforcement. Costs and expenses include 4Culture's attorneys'fees and legal expenses whether or not there is a lawsuit, including attorneys'fees and legal expenses for bankruptcy proceedings (and including efforts to modify or vacate any automatic stay or injunction), appeals, and any anticipated post judgment collection services. Contractor also shall pay all court costs and such additional fees as may be directed by the court. AG SVC 2013 Page 6 of 7 XVI. SURVIVAL The terms and conditions of Sections III, V, VI, VII, Vill, IX, XI, XII, XIII, XIV and XV shall survive the termination of this Agreement and shall be continuing obligations of the parties. 4CULTURE: CONTRACTOR: 4Culture-CDA Executive Director Signature Date Name (Please type or print) Title (Please type or print) Date AG SVC 2013 Page 7 of 7 Exhibit A SCOPE OF SERVICE City of Kent Arts Commission and 4Culture, the Cultural Development Authority of King County, mutually agree that the following services be provided in accordance with the application and contract work sheet submitted to and approved by the 4Culture Board of Directors. Support for 2013 Programs, including the Spotlight Series (7 professional performing arts eetns between Jan and March, 3 between October and December); Kent Kids'Arts Day (March 2); and Kent's Summer Concert series (18 performances July-Aug). Events are open and publicized to the community. AMOUNT $17,000.00 For artist fees and program expenses. Payable upon completion, submittal of invoice and documentation regarding: • Final budget, actual • Completion of evaluation form • Final report of program activities • Programs, brochures, flyers if available PUBLIC BENEFIT Programs are accessible to a broad range of King County residents. All events are open and publicized to the community. Approximately 1,200 free tickets to Kent Kids'Arts Day distributed to economically disadvantaged families. Summer arts activities are provided free of charge, including 18 summer concerts. Complimentary and discounted tickets for many performances are distributed by local social service agencies; these tickets reach seniors, teens, disabled citizens and ethnically diverse groups. Public and school lectures, workshops and other outreach activities are offered for free or very low cost in conjunction with performances. Scholarships for classes and residency activities are available. PUBLICITY/PROMOTION POLICY Prominent acknowledgment of 4Culture/ King County Lodging Tax Fund is required of all recipients for use in all publicity and promotional materials, including, but not limited to brochures,websites, press releases, programs, posters, public service announcements, flyers and advertisements. Please contact your 4Culture contract administrator or go to www.4culture.org to download the appropriate logo credit. Final payment will not be made until acknowledgment is submitted on printed material EXHIBIT B City of Kent Arts Commission l Address Website 220 4th Ave S wv✓vd kPnta[SSS,4L Kent [mail Washington 98032 rb'llerbedk pkent!va.aov Shipping Address King County Council District # 220 4th Ave S 5 Kent Washington WA State Legislative District # 98032 33 Phone Date Incorporated (253) 856-5050 10/20/1975 Fax Federal Tax ID (253) 856-6050 91-6001254 WA State UBI# C-173-000-002 Revenue last fiscal year $786,435 Revenue 2nd to last fiscal year $790,892 Organization Director Cultural Programs Manager, Ms. Ronda Billerbeck Director Email rbillerbeck@kentwa.gov Director Phone (253) 856-5055 Organization Description Kent Arts Commission is a municipal local arts agency, dedicated to providing high quality arts and cultural programs for the citizens of Kent. Mission To provide leadership in establishing cultural opportunities and arts education, to improve the quality of life and enhance the aesthetic environment and to promote Kent as a center for great arts. Contact Person Contact Phone Contact Email fle:///RI/...ns/City%20ofD/o20Kent%20Arts%20Commission/City%20ofD/D20KentD/o20Arts%20Commission_0001_feidData.html[3/27/2013 2:30:23 PM] Community a) Describe your community. b) How is it changing? We suggest you use about 250 words. a) Kent is a suburb of 118,000 between Seattle and Tacoma; it is the sixth largest city in the state. Kent is geographically large as well, with an area of 33 square miles. Ethnic minorities make up 44% of our population, a figure that has increased 60% since the 2000 census. In 2006, 27% of Kent residents were foreign-born and among people at least five years old, 32% spoke a language other than English. There are over 100 languages spoken by students in the Kent School District, including Spanish, Ukranian, Punjabi, Somali, Vietnamese, Russian, Tagalog, Cambodian, Korean, and Chinese. Kent is the fourth largest manufacturing and distribution center in the United States; it is home to 4,500 businesses and approximately 78,000 jobs. Kent's $8 billion gross business income is the highest among its peer cities in South King County. However, our median household income is 21% lower than the rest of King County, and 15% of Kent residents are in poverty (compared to 10% in King County overall). The inconvenience and expense of traveling to Seattle limit access to the arts in Kent. b) The Kent community is continuously changing - becoming ever more diverse and urban. Ethnic diversity has steadily increased over the past decade and we expect that trend to continue as Kent becomes home to more foreign immigrants. As our downtown area becomes more urban, we are striving to make it more of a dynamic and vibrant core for our geographically sprawling community. Additionally, one of the City Council's strategic goals is to develop a strong network of neighborhoods and neighborhood urban centers. Kent's sprawling geography creates challenges in developing a strong community core. Our award-winning parks system and school district continue to assist in achieving this goal. Programming a) Haw does your programming respond to your community needs? b)What program are you most proud of and why? We suggest you use about 250 words. a) We are committed to providing access for all citizens to quality arts experiences. 2011 attendance at our programs totaled more than 40,000. Participant characteristics vary and reflect the community's diverse ages, ethnicities and economic statuses. Over 40% of Kent residents are considered low Income and we employ a variety of efforts to increase participation from these residents, including free concerts, outreach activities, and admission vouchers. We have made progress in developing multicultural audiences by presenting ethnic art forms and engaging in grass roots promotions within different ethnic groups. Developing relationships with leaders and members of each group is the most effective tool in engaging and serving these communities. It is time-consuming work and we are slowly beginning to see results. In addition to incorporating diverse art forms in our own programming, we recently launched "Give Me Culture," a new grant program to broaden participation in, and showcasing of, arts and cultural activities by ethnically diverse and underserved communities. b) As a municipal arts commission, our mandate is to serve the large and diverse population of Kent. Our programming must serve varied interests, build community, and educate citizens. Because of this broad mission, we are most proud of the diversity of our programming, rather than any one program in particular. Our performing arts program features more than 30 performances annually, including free summer concerts in the parks and "Spotlight Series" shows ranging from bluegrass and classical music to modern dance and Indian slide guitar. Our educational outreach program brings acclaimed artists such as the Brubeck Brothers Quartet into high schools to work with jazz students, as well as,Hawaiian, Creole, and Indian artists into community settings to share their knowledge and skills. Our public art program runs the gamut from the internationally acclaimed Bayer Earthworks, to murals created by "at risk" students. Kent Kids' Arts Day is an annual event that features a dozen hands-on projects, giving kids and families the opportunity to learn about and create through various mediums. 4th of July Splash file:///RI/...ns/City%20of%20Kent%20Arts%20Commission/City%20of%20Kent%20Arts%20CDmmission_0001 feldData.html[3/27/2013 2:30:23 PM] '.. brings our community together in a large festival format, and our two funding programs support and nurture local artists and organizations. Management a) How is your agency structured? b) How do you collaborate with other municipal departments and community agencies? c) How does your agency faster the development of art,local artists,and local arts organizations? We suggest you use about 250 words. a) The Kent Arts Commission was established by City Ordinance in 1975. It is an advisory board of 12 to 15 volunteer citizens, appointed by the Mayor to promote cultural programs and provide citizen input to the planning of arts and cultural activities in Kent. City staff within the Cultural Programs Division of Kent's Parks, Recreation and Community Services Department provides support to this group. The Commission is directed by the Cultural Programs Manager, and professionally staffed by an Arts Coordinator and an Administrative Assistant. b) We work extensively with Public Works, Parks Planning and Development, and Parks Maintenance to incorporate new public art into capital projects and park improvements, as well as to conserve and maintain existing works. We regularly collaborate with our Senior Center, Youth/Teen Program, and Inclusive Recreation group to bring arts experiences to specific populations. We work with Housing and Human Services to tackle issues such as food security, and recently won the South King Council of Human Services Human Services and Equity Award for an Organization for our Reel Grrls' Youth Food Security Art Project that engaged youth filmmakers on the issue of hunger. Collaboration with Police, Fire, and Public Works Departments is important to security, traffic, and logistics involved in large events. We also work with service clubs (Lions, Rotary), social service agencies (Kent Youth and Family Services), and libraries in the planning, promotion, and delivery of programs. We have a long-standing mutual use agreement with the Kent School District that allows us to utilize school theaters for performances. We work with the ShoWare Center to co-present larger scale concerts, and are also continuing our new cultural tourism partnership with Cascade Bicycle Club, Renton, SeaTac, and 4Culture Public Art that promotes the Earthworks in the Green River Valley. c) We foster the development of local art, artists, and organizations through two grant programs. Community Arts Support Program (CASP) provides financial support for projects by arts and cultural organizations, community groups and individual artists. The program encourages, develops and supports community arts programming that serves the general public, and provides opportunities for innovation and development of unique services outside the scope of our existing programming. In 2012, we launched the Give Me Culture program, which offers small, flexible grants for arts, culture, and heritage projects by ethnically diverse and underserved communities. There is a rolling deadline and each applicant is provided with technical assistance in conceiving their project, preparing their application, and implementing their plan. Future a) What plans does your agency have for advancing its mission? b)What are the challenges? c)if sustained Support funding were reduced or eliminated, how would your activities be Impacted? We suggest you use about 2so words. a) The Kent Arts Commission determines key initiatives and challenges as part of the City's annual budget process. City Council sets strategic goals and-the Arts Commission annually reviews,programs and sets goals with these broad, strategic goals in mind. Our City Art Ordinance requires us to establish One-Year and Five-Year City Art Plans that guide the allocation of our $2 per capita public art funding. These plans are reviewed and approved by City Council. Immediate plans include: -Implement the 2012-2016 City Art Plan, including a new community project: Kent Arts DIY. Kent Arts DIY (Do-It-Yourself) will foster inclusiveness by highlighting the talent and creativity of the Kent flA•urpu ncrritvoA?nnf%20Kent%20Arts%20Commission/City%20of%20Kent%20Arts%20Commission_0001_FleldData.html[3/27/2013 2:30:23 PM] community. Participants will showcase their projects (traditional, community, and/or fell( arts) online. The plan also includes a continued focus on providing interpretive tours about Kent's cultural and historic resources, and on promoting and maintaining our existing collection through continued partnerships with the community. -Maintain 2010 budget adjustments to Spotlight Series of performing arts events. Strive for high quality, balance of genres, ethnic diversity and offerings for youth, while focusing on a smaller, self-sustaining series. -Ensure ethnic diversity is reflected in programming choices. Continue to generate and implement strategies to expand audience participation among diverse citizens. b) Maintaining high quality programs with decreased staff and resources is our biggest challenge. In 2010, we eliminated one FTE in the Cultural Programs division (reducing full time staff 20%), cut a number of related programs and implemented 10-15% reductions in many remaining programs. The City anticipates continued budget strains and potential cuts as we move into 2013. Continuing to meet the cultural programming needs of an increasingly diverse community with limited staff is an on-going challenge. Achieving the mandate for Spotlight Series of performing arts events to be self-sustaining will be a significant challenge. Obtaining sponsorship support remains difficult in the current economic environment, and event production costs continue to rise. c) The City of Kent has a long history of supporting arts and culture. Our arts commission is one of the oldest in the state and our City leadership has remained committed to funding arts and culture as important elements of a vibrant community. We feel confident that the arts will continue to be an integral part of city services in Kent. However, loss or reduction of Sustained Support funding would definitely be an impact. Our annual award has been $17,000 - a significant amount that makes a real impact on our ability to leverage local support, continue core programming and take risks with new ideas and projects. Strong Sustained Support funding sends a clear message to elected officials and City leadership about the importance of arts and culture, and provides a safety net that allows us to present a variety of genres and emerging artists that build audiences and serve unique interests. The funding also helps us keep our ticket prices low and to offer free programming. file:///RI/...ns/City%20of°/o20Kent%20Arts%20Commission/City%goof%20Kent°/o20Arts%20Commission_0001_fieldData.html[3/27/2013 23023 PM] gerbek s Li g;c) Name anager Rondator Cheryordinator Mark Administrative Assistant Callee I' i I I I i I I f i i mmission percentage of time allocated to arts programs 95% 95% 30% 80% ao«}.x°ax�k.",`',. poo N2�o NU•-�U3 n�O`mo -o - E °y' C a'iT�� d c OO mms �� mQ 2-1 ❑° aQ ov o N E :F C m 0)d y O N •C E GL ''m aci o 0 a� N o m ❑ ° o -e 3 0 J o N 01 KYmcn [GSK ❑❑ mo< omw w am UM O� Ol�l OM oM pM O� pCD oM om oM o � O U � .� � OU� ti� U� � � �j•— U`— V� �' •pq. p o o r'o o o U o 0 0 0 0 0 N 0 0 N ON ON ON ON NON ONONONONON ON ON ON ON R `p O o ,_ E E o t O E N mm ur Em ,.: d yco` oMo ,, ; m �'`oo•� �,� ?' mo � rnosxpNgJ'urRc e -o o C`1MLM M M Cp rrms rn r o� � � C m� N G CEO O m C �. .gyp �D.— Oc0 O 'D N pi0y N NQ O rn � NN U N lE �d m m NmE ? � NR �caiis WM' 5 �... MN — NCOC -o 'CBMC N �iO� N� 00E ENC BOO N $ .Na E� soNEc �.- �n d - r ¢ rn {ai �„,. Nm �m om om mrn Nm Nm om Nm om Nm om � m N � m N N (n (W17 d N Z N co m o N N A u m Y Y > m En LL m a 16 a api a°'i ¢ 0 3 N a - g N N a 9 �v N 0 0 m N W C) d U Oar � t o o C m u m api o rl t- z p1 LL ��f sJ y. E l4 t0 C >• N � C y � N N O {� U L CGp C CTp O O O CU O C N •zo gy,W N y N C O N C O CCp ;` U N X C m N O L N N E N �' p N L O N 7 T O O N �X;P•a' ,m U U ❑ ❑ ❑ 0 U' 2 'oi O City of Kent Arts Commission Annual Arts Programming 2011 Title of'Event Pio ram'3ervltea's* �� 'tFD s�` Events �'";�� Locationk� �"� ' �/a$t hdance�;: Spotlight Series-Suzanne Vega+workshop 29-Jan 2Keht-Meridian PAC 298 Spotlight Series-Late Nite Catechism 3 11-Feb 1 Kentwood PAC 485 Spotlight Series-Handsome Little Devils 12-Mar 1Kent-Meridian PAC 149 Spotlight Series-Alpin Hong+workshops 18-Mar 5 Kent-Meridian PAC 1,140 Spotlight Series-Melinda Doolittle 25-Mar ,1 Kentwood PAC 156 Spotlight Series-AmyHanaiali'i 24-Sep 1 Kent-Meridian PAC 155 Spotlight Series-Riders in the Sky 14-Oct 1 Kentwood PAC 221 Spotlight Series-The Ruth Moody Band 29-Oct 1 Kentwood PAC 85 Spotlight Series-Magical Strings 5-Dec 1 Kent-Meridian PAC 281 Spotlight Series-Charlie Brown Christmas 10-Dec 1 Kentwood PAC 358 Kent Kids'Arts Day 5-Mar 1 Kent Commons 1,800 Student Artwalk Mar7-18 1 Downtown Kent 1,500 Summer Concert Series July-Aug 17 3 outdoor parks 6,675 4th of Julysplash 4-Jul 1 Lake Meridian Park 18,000 Outdoor Cinema Aug 12-26 3 Town Square Plaza 700 Centennial Center Gallery Exhibits 2011 6 Centennial Gallery 5,000 Grants to artists and organizations 2011 33 Various 3,917 Public art:on-going dev.,maintenance 2011 - n/a Various n/a >.ah,,7€7x'<•'*"^s k�`- rt4��.92Q: Om rug.Y 3 A CULTURE 2013 Arts Sustained Support Operating Budget Form �_ NDAVWLPs swieR � . ORG NAME: City of Kent Arts Commission YOUR FY ENDS: December 31, REPORT OPERATING EXPENSES ONLY-DO NOT INCLUDE CAPITAL EXPENDITURES ACTUAL ACTUAL CURRENTYEAR FY 2009-10 or 2010 FY 2010-11 or 2011 FY 2011-12 or 2012 1 Operating Expenses: r, 2 Personnel: '.<.�,. ,.'. x x,x Y h 3 1 Artistic permanent 4 temporary 213,694 213,683 202,251 5 2 Production permanent 0 0 g temporary 31,031 23,772 18,341 7 3 Administrative permanent 383,839 403,426 415,619 8 temporary 4,426 1,285 1,707 9 4 Education permanent 0 0 0 10 temporary 0 D 0 11 ProductionlExhlbiffon expenses 16,132 11,971 13,221 12 Marketing/Promotion expenses 67,689 49,527 72,285 0 0 13 Fundraising expenses 0 0 2,000 2,356 2,780 14 OccupEducaancyon expensexpenses 18,D00 15 Occupancy expenses(modgagelrenVutilNes) 8,843 11,571 16 Travel and Transportation 1,650 3,926 4,491 17 Administrable expenses 50,202 48,720 96,606 18 Subtotal 779,706 770,239 845,301 19 In-Kind Expenses(must=ln-kind Contributions) 11�186 16,196 15,769 20 TOTAL OPERATING EXPENSES 790,892 786,435 861,070 21 Earned Income: 22 Single Tickets Box OffcelAdmission B1,997 55,626 51,062 23 Subscription/Membership D 0 9 24 TultlonNVorkshops 26,014 I 33,228 22,119 25 SasslConcesslonslRentals 14,5 10,653 9,95584 0 26 Interest&Earnings(savings,reserves,etc.) 0 0 0 27 Other Earned Income 0 0 0 28 TOTAL EARNED INCOME 122,095 99,507 83',136 29 Earned income percentage 158 136 10% 30 EARNINGS GAP (656,797) (686,928} t777,93d) �'I 31 Contributed Income: 32 NEH,NEA,and IM3 6,500 D D 33 Other Federal Government 0 0 3,500 34 WSAC 0 4,380 35 Other State Government 0 0 0 36 4Culfure 26,770 22,129 17,000 37 Other County Government 0 0 0 38 SOACA(Seattle) 0 0 0 39 Other City Government 586,029 611,307 702,8377 40 AdsFund 0 0 24710 25,350 32,078 41 Other Corporations , 5,000 9,750 42 Foundationsalions 1,875 43 PONCHO 0 0 0 44 Individuals 11,727 0 0 2,56 2,000 45 Fundraising Events(ONet or MGross Income?) 0 0 46 Misc.contributions 0 0 0 762,165 47 SUBTOTAL CONTRIBUTED INCOME 657,611 670,732 48 In-Kind Contributors 11,166 16,196 15,769 766,435 861,070 49 TOTAL OPERATING INCOME 790,892 i I EXHIBIT C INSURANCE REQUIREMENTS Contractor shall procure, at its sole cost and expense, insurance against claims for injuries to persons or damages to property which may arise from, or in connection with the performance of work hereunder by the Contractor, his agents, representatives, employees, and/or subcontractors. The costs of such insurance shall be paid by the Contractor or subcontractors. For All Coverages: Each insurance policy shall be written on an"Occurrence" form. 1. Minimum Scope of Insurance needed for this contract is as follows: ® Commercial General Insurance Services Office form number(CG 00 01 Ed, 11-88)—Minimum Liability Combined Single Limit of$1,000,000 BI & PD with a General Aggregate per project Automobile Liability Covering all owned and non-owned and hired automobiles—Combined Single Limit of$1,000,000 BI & PD 2. Deductibles and Self Insured Retentions. Any deductibles or self-insured retentions must be declared to, and approved by, 4Culture. The deductible and/or self-insured retention of the policies shall not apply to the Contractor's liability to 4Culture and shall be the sole responsibility of the Contractor. 3. Other Insurance Provisions A. The insurance policies are to contain, or be endorsed to contain, the following provisions: (a) General Liability Policies (1) 40ulture, its officers, employees and agents are to be covered as primary additional insureds as respects liability arising out of activities performed by or on behalf of the Contractor in connection with this Agreement. (2) To the extent of the Contractor's negligence, the Contractor's insurance coverage shall be primary insurance as respects 4Culture, its officers, employees, and agents. Any insurance and/or self-insurance maintained by 4Culture, its officers, employees, or agents shall not contribute with the Contractor's insurance or benefit the Contractor in any way. (3) The Contractor's insurance shall apply separately to each insured against whom claim is made and/or lawsuit is brought, except with respect to the limits of the insurer's liability. (b) All Policies (1) Coverage shall not be suspended, voided, canceled, reduced in coverage or in limits, except as reduced in aggregate by paid claims, at any point during the life of this contract. No material change, or cancellation or nonrenewal of any policy required by this contract shall occur without thirty(30) days' prior written notice to 4Culture. 4. Acceptability of Insurers Unless otherwise approved in writing by 4Culture, insurance is to be placed with insurers with a Bests rating of no less than A:VIII, or, if not rated with Bests, with minimum surpluses the equivalent of Bests' surplus size Vill. 5. Verification of Coverage 4Culture, reserves the right to request that contractor submit the certificate(s) of insurance evidencing compliance with all requirements set forth above. KENT Agenda Item: Consent Calendar — 7E TO: City Council DATE: June 4, 2013 SUBJECT: Northwest Playground Equipment Inc. Agreement for Turnkey Park — Authorize MOTION: Authorize the Mayor to sign the public works agreement with Northwest Playground Equipment, Inc. in the amount of $46,063.77 for the playground restoration project at Turnkey Park, subject to final terms and conditions acceptable to the City Attorney and the Parks Director. SUMMARY: Through a partnership with Ka Boom! Disney, and the community, the City is renovating Turnkey Park playground this summer. Some of the play features require the installation of poured-in-place rubberized safety surfacing. This contract with Northwest Playground Equipment, Inc. is to furnish and install this safety surfacing. The product to be used is a well-regarded product, and the company is a well- regarded company with extensive experience in the provision of play equipment and park furnishings. The contractor was selected through the King County Director's Association's Cooperative Purchasing program, with the cost set at a pre-qualified unit price. EXHIBITS: Draft Public Works Agreement RECOMMENDED BY: Parks and Human Services Committee BUDGET IMPACTS: $46,063.77 in expenses from the Parks Lifecycle Program budget ICEl T WASHINGTCN PUBLIC WORKS AGREEMENT between City of Kent and Northwest Playground Equipment, Inc. THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Northwest Playground Equipment, Inc. organized under the laws of the State of Washington, located and doing business at 345 NW Dogwood, Issaquah, Washington 98027-0109, 425-313-9161, Bob McGarvey (hereinafter the "Contractor"). AGREEMENT The parties agree as follows: I. DESCRIPTION OF WORK. Contractor shall perform the following services for the City in accordance with the following described plans and/or specifications: Polysoft surfacing to cover all outlined concrete areas (652 SF), with PIP to cover surrounding areas with 4' safety fall height on noted play areas and mounds (685 SF), roughly 1,400 SF of surface area total. Includes all labor, equipment and materials at Turnkey Park, as described and attached as Exhibit A. Contractor 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 such services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon execution of this Agreement. Upon the effective date of this Agreement, Contractor shall complete the work described in Section I by June 30, 2013. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed Forty Six Thousand and Sixty Three Dollars and 77/100 ($46,063.77), including any applicable. Washington State Sales Tax, for the work and services contemplated in this Agreement. The Contractor shall invoice the City monthly. The City will pay for the portion of the work described in the invoice that has been completed by the Contractor and approved by the City. The City's payment shall not constitute a waiver of the City's right to final inspection and acceptance of the project. PUBLIC WORKS AGREEMENT - 1 (Over$10K, under$50K, and Performance Bond) A. Payment and Performance Bond. Pursuant to Chapter 39.08 RCW, the Contractor, shall provide the City a payment and performance bond for the full contract amount. B. Retainaae. The City shall hold back a retainage in the amount of five percent (5%) of any and all payments made to contractor for a period of sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, and the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. The amount retained shall be placed in a fund by the City pursuant to RCW 60.28.011(4)(a), unless otherwise instructed by the Contractor within fourteen (14) calendar days of Contractor's signature on the Agreement. C. Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. D. Final Payment• Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. 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 Contractor 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 Contractor maintains and pays for its own place of business from which Contractor's services under this Agreement will be performed. C. The Contractor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Contractor's services and is a service other than that furnished by the City, or the Contractor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. PUBLIC WORKS AGREEMENT - 2 (Over$1OK, under$50K, and Performance Bond) D. The Contractor 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. E. The Contractor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Contractor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Contractor has a valid contractor registration pursuant to Ch. 18.27 RCW or an electrical contractor license pursuant to Ch. 19.28 RCW. G. The Contractor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. The City may terminate this Agreement for good cause. "Good cause" shall include, without limitation, any one or more of the following events: A. The Contractor's refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. B. The Contractor's failure to complete the work within the time specified in this Agreement. C. The Contractor's failure to make full and prompt payment to subcontractors or for material or labor. D. The Contractor's persistent disregard of federal, state or local laws, rules or regulations. E. The Contractor's filing for bankruptcy or becoming adjudged bankrupt. F. The Contractor's breach of any portion of this Agreement. If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed. After termination, the City may take possession of all records and data within the Contractor's possession pertaining to this project which may be used by the City without restriction. VI. PREVAILING WAGES. Contractor shall file a "Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract work. Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by Contractor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached. VII. CHANGES. The City may issue a written change order for any change in the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, section XV(D), within fourteen (14) calendar days of the date Contractor knew or should have known of the PUBLIC WORKS AGREEMENT - 3 (Over$1OK, under$50K, and Performance Bond) facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor fails to require a change order within the time specified in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Contractor disagrees with the equitable adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section VIII, Claims, below. The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VIII. CLAIMS. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. PUBLIC WORKS AGREEMENT - 4 (Over$IOK, under$50K, and Performance Bond) B. Records. The Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Contractor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). IX. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. X. WARRANTY. Upon acceptance of the contract work, Contractor must provide the City a one-year warranty bond in a form and amount acceptable to the City. The Contractor shall correct all defects in workmanship and materials within one (1) year from the date of the City's acceptance of the Contract work. In the event any parts are repaired or replaced, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for one (1) year from the date such correction is completed and accepted by the City. The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. XI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Contractor, its sub-contractors, or any person acting on behalf of the Contractor or sub-contractor 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. Contractor 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. PUBLIC WORKS AGREEMENT - 5 (Over$10K, under$50K, and Performance Bond) XII. INDEMNIFICATION. Contractor 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 Contractor'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 Contractor'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 Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'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. In the event Contractor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Contractor's part, then Contractor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Contractor's part. The provisions of this section shall survive the expiration or termination of this Agreement. II XIII. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XIV. WORK PERFORMED AT CONTRACTOR'S RISK. Contractor 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 Contractor's own risk, and Contractor 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. XV. 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 PUBLIC wORKS AGREEMENT - 6 (Over$1OK, under$50K, and Performance Bond) 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 XII of this Agreement. 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 Contractor. 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 Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. PUBLIC WORKS AG REEMENT - 7 (Over$1OK, under$50K, and Performance Bond) Counterparts. This Agreement may be executed in an number of counterparts, I. p 9 Y Y 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. CONTRACTOR: CITY OF KENT: By: By:- (signature) (signature) Print Name: Print Name: Suzette Cooke Its Its Mayor (title) DATE: DATE: NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Bob McGarvey Brian Levenhagen, Planner Northwest Playgrounds Equipment, Inc. City of Kent P.O. Box 2410 220 Fourth Avenue South Issaquah, WA 98027-0109 Kent, WA 98032 425-313-9161 (telephone) (253) 856-5116 (telephone) 425-313-9194 (facsimile) (253) 856-6050 (facsimile) i APPROVED AS TO FORM: Kent Law Department PUBLIC WORKS AGREEMENT - 8 (Over$10K, under$50K, and Performance Bond) 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 20 . By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 1 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. EEO COMPLIANCE DOCUMENTS - 2 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 20 . By: For: Title: Date: �I EEO COMPLIANCE DOCUMENTS - 3 Y e)iT Northwest Playground Equipment,Inc. PO Box 2410,Issaquah,WA 98027-0109 Phone(425)313-9161 FAX(425)313-9194 Entail:sales&Wplayground.colu QUOTE Quota# 5t2/13-MCG-2 To: Turn Key Park Surfacing Date: 512/2013 - Contact Name: Brian Levenhagen Email: §1fevenhagIn KentWA. ov Item# Qty Descriptlon Price Total Price EQUIPMENT 1 PolySoft surfacing to cover all outlined concrete areas(652 SF), $ 45,725.40 "with PIP to cover surrounding areas with T safety fall height on noted playareas and mounds(685 SF),roughly 1.,400 SF of surface area total.Includes all labor,equipment and materials. _ Equipment Subtotal $ 45,725.40 Ili PolySoft Discount KCDA 8.00% $ (3,658.03) Freight(Included Above): $ Equipment Total(less tax) $ 42,067.37 INSTALLATION I Installation Included in price above. $ Installation Total $ Credit card fee 0 Payment by Credit Card? CC Fee 3.0% $ Location Code: Tex: 9.5% $ 3,996,40 ORDER TOTAL: $ 46,063.77I. All quotes are subject to material and fuel surcharges. Acceptance of Proposals (Please be sure you have read,signed and understand the Terms and Conditions on Page 2 of this Quote) The items,prices and conditions listed herein are satisfactory and are hereby accepted. Sales Associate Customer Signature Date �I Thank you for considering Northwest Playground Equipment, Inc.for your Park,Playground, Shelter and Sports Equipment requirements. PAGE 1 of 2 Revised 8124111 Northwest Playground Equipment, Inc. PO Box 2410,Issaquah,WA 98027-0109 _ Phone(425)313.9161 FAX(425)3134194 Email:sales njlwphygromd.Qom Project Name; Turn Key Park Surfacing Quote# 5/2113-MCG-2 TERMS AND CONDITIONS QUOTE CONDITIONS AND ACCEPTANCE: This quote is only valid for 30 days. Orders placed or requested for delivery after 30 days are subject to price Increases. _ It is the Buyer's responsibility to verify quantities and description of items quoted. Once your order has been placed,any changes including additions,dele(ions or color changes,will delay your shipment EXCLUSIONS:Unless specified,this quote specifically excludes all of the following: Required Permits;Davis Bacon,Certified Payroll or Prevailing Wage fees PerformancelPaymenl Bonds Site work and landscaping Removal of existing equipment Unloading;Receiving of inventory or equipment;:Storage of equipment Equipment assembly and/or installation '.... Safety surfacing;Borders or drainage requirements FREIGHT AND DELIVERY: '... Shipping Is FOB Origin.A 24-hr Call Ahead Is available at additional cost. Delivery is currently 5*weeks after order submittal.Unless otherwise noted;all equipment is delivered unassembled. Buyer is responsible to meet and provide a minimum of 2 persons to unload truck A Check List detailing all items shipped,will be mailed to you and a copy will be included with the shipment. Buyer is responsible for ensuring the Sales Order and Item Numbers on all boxes and pieces match the Check List. Shortages or damages must be noted on the driver's delivery receipt.Shortages or damages not noted become the Buyer's financial responsibility. Damaged Freight must be refused.Please notify Northwest Playground Equipment immediately of any damages. Shortages and Concealed Damage must be reported to Northwest Playground Equipment within 10 days of delivery. A reconslgnment fee will be charged for any changes made to delivery address after order has been.placed. TAXES: All orders delivering in Washington are subject to applicable sales tax unless a tax exemption or Reseiler Permit is on file at the time the order is placed. PAYMENT TERMS:An approved Credit Applicollon is required for new customers.50%down payment is due attime of order with balance due upon,delivery,unless other credit terms have been approved.Interest may be charged on past due balances at an annual rate of 18%. A 3%charge will be added to all credit card orders. RESTOCKING:Items canceled,returned or refused will be subject to a minimum 25%restocking fee.All return freight L. charges are the responsibility of the Buyer. MAINTENANC EI W ARRANTY: Manufacturer's standard product warranties apply and cover equipment replacement and freight costs only;labor is not included. Northwest Playground Equipment offers no additional warranties. '.. Maintenance of the equipment and safety surfacing is the responsibility of the customer. Any unauthorized alterations or modifications to the equipment(including layout)will void your warranty. INSTALLATION:(if applicable) '... A,private locate service for underground utilities must be completed before your scheduled Installation. Site must be level and free of loose debris(this includes ground cover/chlps), A minimum 6 foot opening with good access must be available to the site for delivery trucks and tractor. An onsite dumpster must be provided for disposal of packaging materials. Arrangements most be made In advance for the disposal of dlrUrocks from within the Installation area. Arrangements must be made in advance for the removal/disposal of existing.equipment. Additional charges may apply if large rocks or concrete are found beneath the surface. Access to power and water must be available. Site supervision is quoted in B-hour days. Acceptance of Terms&Conditions Acceptance of this proposal,made by an authorized agent of your company,indicates agreement to the above terms and conditions, Sales Associate Customer Signature Date Thank you for choosing Northwest Playground Equipment Revised 8124111 PAGE 2 of 2 EXHIBIT B INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. 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 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. 2. 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. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $2,000,000 per accident. EXHIBIT B (Continued) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. KENT Agenda Item: Consent Calendar - 7F TO: City Council DATE: June 4, 2013 SUBJECT: East Hill Elementary School Bill of Sale - Accept MOTION: Accept the Bill of Sale for the East Hill Elementary School project; permit 2100096, for 520 linear feet of new street, and 7 Crimson Sentry street trees in frontage improvements. SUMMARY: The East Hill Elementary School project is located at 9825 South 240th Street; parcel #1922059001. EXHIBITS: Bill of Sale RECOMMENDED BY: Public Works Director BUDGET IMPACTS: None MAIL TO: CITY OF KKN'r ENGINEERING DEPARTMENT AIT 220� 4'" AVFNUF. SOUTH 93 1 iila� KENT, WASWINCTON 98032 �y el WASHINGI Tc]N , rt^ l.«� �vyM1�. Project °a fr INd�a +,��- Permit# Location Parcel tr I [SILL OF SALE CITY OF KENT KING COUNTY, WASHINGTON THIS INSTRUMCNT made_ this dFy of 20 _ by rind hatvreen hereinafter calledI, C;ranturs and City of Kant, a mmmlclpal corporation of Icing County, Stdte of Washingfon, heromafter called "Grarhee°: WITNESSETH, That the said Cuml.orM for a valveble consideration does hereby grant, bargain, sell to Grantee tha fello:ving described Improvements: A. WATERMAINS: i l Together arifh a total aF _ gate valves at jr each, hydrants at each and/or any other appurtenances thereto. ON EROM, TO (street easement, etc) ?11dudin9Ihear feet of $; .-- _. __. per LF of__-_- (size &type) viatedine. B. SANITARYSEWERS: 'I ogtther avil:h 1 total of manholes at $ each and/ci any other ippurtenance-9 thereto. ON FROM T,_O (street, casement, etc.) Including �_, Ilnear feet ak�t _ per LF of (size &tyke) sewcrtine. Hill of Sale t of 5 C. ll STREETS: Together With CLIFIdS, gutters, sidewalks, and/or airy other appurtenances ON MOM TO (sheet, case men I, etc 4' Including ---L linear feel-at "p per LF of 1 0, 1: (size& type) (improvernent). D. FRONTAGE IMPROVEMENTS: I costlier with liphts�/LIE es' I andscaping (except residential stureets) and/or any ol her i ppurl itti ices ON FROM TO cajolepntsf , etc.) Inc ie luru t I') feel fie ai. 9 per,L of (grzo. ,tl E. Slopt"i SEWERS: Togel with a total of manholes at each or total or catch basins at $ -- - , I each, LF of Nofiltrall 5wale or drainage ditch with a total cost of cubic feet of JeI:Potiori pond storage with a UJA cost of and/or any other apputWnamcs,thereto. ON FROM TO (street, easement, el Includin linear fecif at per LF of (S17"o Pit type) sciNerline. To have and to hold the same to the said Gimil its successors and assigns forever. -fire undersigned hereby coveninlLs that it is the lawful owner of said property; and that the same is fieu from A encumbrances, ehat all bills for labor and materials have been peed; that it has the right to sell the stfile aforesaid; that it will warrant and defend the same against the lawful claims alKI ClCuland of all person(s). Tjjr Bill of sale- is given on consideration of the agreement of the GrorrtcL For Itself, Its successors and assigns 10 Incorporate said Ul In its utility system and to frallil Illont as provided it the applicable city cirdinar,cm The ciLy accept; BIC Items SLlbj(]Ct to staff approval and ccriy filetl or,, of a 2 year maintenance period, Bill of Sale of 5 TN VVhTIVESS WHEREOF, iic undersigned ham, caused this instrument to he executed on ibis - ---day of w IN WITNESS WHEREOF, the undersigned has caused this instrument to be executed on this tD day of is tt� I i I I -- -- i STATE 4F WASHItV GTON } SS COUNTY OF KING ) On this 1 0t� day of 20 .�, befoic one, the undersigned A Notary Public in and for the State or Washington, duly commissioned and sworn, personally appeared C�Ar'k- to me known to be the ilellvidual described In and who exccu Led fhc foregoing inshumenC, and aci<norovledped to me that(h�(she signed and aeeled thL= i instrurnenC as ii;her free and voluntary act and deed far the uses and purposes therein mentioned. '.. GIVLN under m hand and official seal this day of 20 v _ y 1 a2R' otar PUGHC in and for the State of 41J Nr Washington, residing at 4f 69 °°.K =� 2° Y � t: V, My Commission Expires: ° w ® �� - 6� ;v e "✓f•,!. st Pie Bir of SaSe 3of5 STATE 01= WASHING7'ON ) ) SS COUNTY OF KTNG On this _ clay of m before me, the �I undersigned A Notary Public in and for the We of Washington, duly commissioned and sworn, personally appeared and In me to be to and _ __. __---- respncdVely of the that executed the foregoing Instrument, and acknowledged the said Insttuirnent to be the free and voluntary act and deed of said for the ores and purposes dwreln mentioned, and on oath stA wl dot- they are authorized to execute the said Instrument VWbw5s my hand snd official seal hereto affix the day and y"r NO above written. i i i Notary Public in and for the State of Washington, residing at j My Commission Expires: ; i I The Sill of Sale is given and accejed pursuant to a mothn duly made, seconded, and passed by the City ' Council or the City of Kent, King County, Waddrgton, on the _. day of 70 1 i 6111 of Sale h of 5 Wu;H Vxi "TON ENGINEER'S CERTIFICATION CITY OF KENT KING COUNTY, WASHINGTON The fig.nes used on 'Che Bill of Sale for East Hill Elementary School Addition_ pra;ect dated 4/15/11 a=m for the same said East Hill Elementary School Addition project. J. Alan Jacobson the undersigned 11,F, or land surveyor is the person I esponsible for the preparation of the Bill of Sale and la an employee of ___ Coughlin Porter Lundeen the firm I responsible for the preparation of the record drawings, ti3O A.JAC o,V WAs�f O ,_., �N Signatme �f �� 43667 (Engineer stamp requked) '3M or Sae 5 ol' 5 I KENT Agenda Item: Consent Calendar — 7G TO: City Council DATE: June 4, 2013 SUBJECT: Shoretel/Tri-Tec Communications, Inc. Goods & Services Agreement — Authorize MOTION: Authorize the Mayor to sign a goods and services agreement with Tri-Tec Communications, Inc. in the amount of $264,222 for the purchase of telecommunications equipment, services, and maintenance, subject to terms and conditions acceptable to the City Attorney and Information Technology Director. SUMMARY: In collaboration with departments throughout the city, Shoretel has been selected as the product offering of choice for the city's new phone system replacement initiative. ShoreTel is an industry leader in simple unified business communication solutions that consistently lead the industry in customer satisfaction and lowest total cost of ownership requirements. Shortel utilizes a VAR/Value-Added-Reseller model through local vendors to sell, distribute, install and service their products. Tri-Tec Communications, Inc. (Tri-Tec) is an authorized Shoretel VAR located in Kent, Washington and is a member of the King County Director's Association co-op (KCDA). As a cooperative member association, KCDA provides deep discount national purchasing power. KCDA utilizes a competitive sealed bid process to obtain pricing for all equipment and services provided through their registered vendors, including Tri- Tec. City staff have leveraged the KCDA efforts pursuant to KCC 3.70.030 — Advertised Bids and secured contract terms commensurate to KCDA pricing for telephony goods and services. Tri-Tec will be engaged for product procurement and maintenance services for the deployment and duration of maintenance and support for this infrastructure. EXHIBITS: Goods & Services Agreement and KCDA ShoreTel Pricing Matrix RECOMMENDED BY: Operations Committee BUDGET IMPACTS: IT Capital Budget allocations approved as a part of the 2013- 2014 biennial budget process are earmarked for this project. '� N%-0 KENT GOODS & SERVICES AGREEMENT between the City of Kent and Tri-Tec Communications Inc. THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Tri-Tec Communications Inc. organized under the laws of the State of Washington, located and doing business at 25130 74th Ave. S. Kent, WA 98032 (253)852-7777 (hereinafter the "Vendor"). AGREEMENT I. DESCRIPTION OF WORK. Vendor shall provide the following goods and materials and/or perform the following services for the City: Prorated 10 months Tri-Care Maintenance - No Phones [Page 1 Exhibit "A"] Telecom unications Equipment and Distributed Voice Mail Server Software [Page 2 Exhibit"A"] Report Schedular Application [Page 2 Exhibit "A"] Emergency Notification Application [Page 3 Exhibit "A"] Service Appliance 100 + 10 audio / Web Conference License [Page 3 Exhibit "A"] Vendor acknowledges and understands that it is not the City's exclusive provider of these goods, materials, or services and that the City maintains its unqualified right to obtain these goods, materials, and services through other sources. II. TIME OF COMPLETION. Upon the effective date of this Agreement, Vendor shall complete the work and provide all goods, materials, and services by June 1, 2013. III. COMPENSATION. The City shall pay the Vendor an amount not to exceed $264,422, including applicable Washington State Sales Tax, for the goods, materials, and services contemplated in this Agreement. The City shall pay the Vendor the following amounts according to the following schedule: Initial Payment will include: 1. Products, Licensing, and Maintenance 2. Tri-Tec Annual Partner Support GOODS & SERVICES AGREEMENT - 1 (Over$10,000.00, including WSST) If the City objects to all or any portion of an invoice, it shall notify Vendor 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. A. Defective or Unauthorized Work. The City reserves its right to withhold payment from Vendor for any defective or unauthorized goods, materials or services. If Vendor is unable, for any reason, to complete any part of this Agreement, the City may obtain the goods, materials or services from other sources, and Vendor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Agreement price specified above. The City further reserves its right to deduct these additional costs incurred to complete this Agreement with other sources, from any and all amounts due or to become due the Vendor. B. Final_ Payment: Waiver of Claims. VENDOR'S ACCEPTANCE OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY VENDOR AS UNSETTLED AT THE TIME REQUEST FOR FINAL PAYMENT IS MADE. 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 Vendor 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 Vendor maintains and pays for its own place of business from which Vendor's services under this Agreement will be performed. C. The Vendor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Vendor's services, or the Vendor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Vendor 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. E. The Vendor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Vendor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Vendor maintains a set of books dedicated to the expenses and earnings of its business. GOODS & SERVICES AGREEMENT - 2 (0 ver$10,000.00, including WSST) 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. VI. CHANGES. The City may issue a written amendment for any change in the goods, materials or services to be provided during the performance of this Agreement. If the Vendor determines, for any reason, that an amendment is necessary, Vendor must submit a written amendment request to the person listed in the notice provision section of this Agreement, section XIV(D), within fourteen (14) calendar days of the date Vendor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Vendor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Vendor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Vendor shall proceed with the amended work upon receiving either a written amendment from the City or an oral order from the City before actually receiving the written amendment. If the Vendor fails to require an amendment within the time allowed, the Vendor waives its right to make any claim or submit subsequent amendment requests for that portion of the contract work. If the Vendor disagrees with the equitable adjustment, the Vendor must complete the amended work; however, the Vendor may elect to protest the adjustment as provided in subsections A through E of Section VII, Claims, below. The Vendor accepts all requirements of an amendment by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. An amendment that is accepted by Vendor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VII. CLAIMS. If the Vendor disagrees with anything required by an amendment, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Vendor may file a claim as provided in this section. The Vendor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Vendor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Vendor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Vendor's claim; 2. The nature and circumstances that caused the claim; GOODS & SERVICES AGREEMENT - 3 (Over$10,000.00, including WSST) 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Vendor is asserting a schedule change or disruption. B. Records. The Vendor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Vendor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Vendor's Duty to Complete Protested Work. In spite of any claim, the Vendor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Vendor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Vendor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). VIII. LIMITATION OF ACTIONS. VENDOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR VENDOR'S ABILITY TO FILE THAT SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. IX. WARRANTY. This Agreement is subject to all warranty provisions established under the Uniform Commercial Code, Title 62A, Revised Code of Washington. Vendor warrants goods are merchantable, are fit for the particular purpose for which they were obtained, and will perform in accordance with their specifications and Vendor's representations to City. The Vendor shall correct all defects in workmanship and materials within one (1) year from the date of the City's acceptance of the Contract work. In the event any part of the goods are repaired, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for one (1) year from the date such correction is completed and accepted by the City. The Vendor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Vendor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Vendor shall pay all costs incurred by the City in order to accomplish the correction. X. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Vendor, its sub-contractors, or any person acting on behalf of the Vendor or sub-contractor shall not, by reason of race, religion, color, sex, age, GOODS & SERVICES AGREEMENT - 4 (Over$10,000.00, including WSST) i 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. Vendor 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. XI. INDEMNIFICATION. Vendor 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 Vendor'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 Vendor's work when completed shall not be grounds to avoid any of these covenants of indemnification. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE VENDOR'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. In the event Vendor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Vendor's part, then Vendor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Vendor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XII. INSURANCE. The Vendor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit "B" attached and incorporated by this reference. XIII. WORK PERFORMED AT VENDOR'S RISK. Vendor 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 Vendor's own risk, and Vendor 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. XIV. 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 GOODS & SERVICES AGREEMENT - 5 (Over$10,000.00, including WSST) 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 L_aw. 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 XI of this Agreement. 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 Vendor. 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 Vendor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Vendor'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. GOODS & SERVICES AGREEMENT - 6 (Over$10,000.00, including WSST) A, / VENDOR: CITY OF KENT: By: _ By:_ (signatur ) (signature) Print Name: Cott (-Q.{P.}�Br� Print Name: Suzette Cooke Its 1'Cy' Its Mayor DATE: S/ ` 2r> DATE: NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: VENDOR: CITY OF G&FR :-� SCa-t`F �aai�loc+� �2Sid Sean Kelsey Tri-Tec Communications Inc. / City of Kent 25130 74`h Ave. S. 220 Fourth Avenue South Kent, WA 98032 Kent, WA 98032 (253)852-7777 (telephone) (253) 856-4611 (telephone) (253)852-5660 (facsimile) (253) 856-4700 (facsimile) APPROVED AS TO FORM: Kent Law Department [In thla field,You may enter the electronic blepatb where the contract ma,been saved] L GOODS & SERVICES AGREEMENT - 7 (Over$10,000.00, including WSST) 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 a ee to I the five requirements referenced above. Dated this l5 f NdA 2013 . By: , ✓ For: 12� -1�G CDWVY1LArLlc -+ [MS Title: 2r@SI'dewN - Date:�/ z� � EEO COMPLIANCE DOCUMENTS - 1 of 3 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 2 of 3 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 �Q�—�CG 6/vyyvUA," 'J�15 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 , 20 By: For: Title: Date: I I II II EEO COMPLIANCE DOCUMENTS - 3 of 3 TRI- TEC EXHIBIT "All Communications, Inc. May 10, 2013 Margaret Bishop, Network Specialist City of Kent-Information Technology Department 220 Fourth Avenue South Kent,WA 98032 Dear Margaret: TRI-TEC Communications, Inc. is pleased to offer the City of Kent this proposal for providing parts, software and technical support for your ShoreTel Unified Communications System. TRI-TEC has been a ShoreTel Champion Partner since 2004 and currently supports over 20,000 ShoreTel IP Desktops. We have a ShoreTel Net Promoter Score of 76(50 is considered world class) and a TAC Utilization rate of 0.25 (best in class is considered 2%or less). In addition to the attached proposal for hardware and software,TRI-TEC specifically offers the City of Kent the following services associated with this project: • All the equipment must be ordered at one time to receive the quoted discount of 48.25%. TRI-TEC realizes that the implementation may be phased over a several month period. During the phased implementation period,TRI-TEC will securely store the equipment in our facility. City Personnel can either arrange for TRI- TEC to deliver the equipment as needed (1 day advanced notice required) or City Personnel can pick the equipment up as needed during normal business hours. • TRI-TEC understands that City of Kent Information Technology Department intends to install the system and all components themselves. Should the City of Kent need to access TRI-TEC's technical design, implementation or training support services during the implementation period we offer the City of Kent a 60 hours of support at a reduced hourly rate of$100 per hour. These hours must be used as follows, 1 hour minimum per occurrence with a A hour increment after that within the same occurrence. • TRI-TEC understands end-user training is critical to a successful implementation and user adoption of the new productivity enhancing features of a ShoreTel system. Included in our proposal at no additional charge is 1 four hour"Train the Trainer"session with our Product Specialist to discuss best practices and training strategies. Additionally,our Product Specialist will conduct the first end-user training class for the City of Kent allowing the City of Kent Trainer to obtain some practical experience in end-user training. ShoreTel has approved discounted pricing for the City of Kent based on Phase 1 being ordered and shipped from ShoreTel by June 28, 2013 and Phase 2 being ordered and shipped from ShoreTel by December 24, 2013. For your specific hardware and software pricing request,TRI-TEC offers the following price quote: 1 25130 74"Avenue South • Kent,WA 98032 •Telephone:(253)852-7777 • Fax:(253)852-5660 www.tri-tec.com PHASE 1 KCDA Contract Number 12-230 KCDA Price Negotiated Negotiated QTY PART# DESCRIPTION List Price EA KCDA Total Kent Cost Kent Total 1 60157 Small Business Edition $ 4,495.00 $ 3,506.10 $ 3,506.10 $ 2,326.16 $ 2,326.16 Upgrade to Enterprise Version 4 10321 ShoreGear 24A $ 2,995.00 $ 2,336.10 $ 9,344.40 $ 1,549.91 $ 6,199.65 10 10260 ShoreGear90 $ 2,995.00 $ 2,336.10 $ 23,361.00 $ 1,549.91 $ 15,499.13 1 10259 ShoreGear 50 $ 1,995.00 $ 1,556.10 $ 1,556.10 $ 1,032.41 $ 1,032.41 1 10322 ShoreGearTlk $ 3,495.00 $ 2,726.10 $ 2,726.10 $ 1,808.66 $ 1,808.66 665 30035 Extension&Mailbox License $ 200.00 $ 156.00 $ 103,740.00 $ 103.50 $ 68,827.50 1 30039 Extension only license $ 140.00 $ 109.20 $ 109.20 $ 72.45 $ 72.45 50 10217 ShorePhonelP 115(Black) $ 159.00 $ 124.02 $ 6,201.00 $ 82.28 $ 4,114.13 4 10219 ShorePhonelP 265 (Blaclo $ 369.00 $ 287.82 $ 1,151.28 $ 190.96 $ 763.83 15 10221 ShorePhonelP 5651;(Black) $ 599.00 $ 467.22 $ 7,008.30 $ 309.98 $ 4,649.74 575 10268 ShorePhonelP 230g(Black) $ 329.00 $ 256.62 $147,556.50 $ 170.26 $ 97,898.06 6 30044 Additional Site License $ 495.00 $ 386.10 $ 2,316.60 $ 256.16 $ 1,536.98 605 40005 Personal Access License $ $ - $ - $ $ 60 40007 Workgroup Agent Access $ 295.00 $ 230.10 $ 13,806.00 $ 152.66 $ 9,159-75 License 8 10223 Rack Mount Tray $ 95.00 $ 74.10 $ 592.80 $ 66.64 $ 533.14 16 10195 Wall Mount Kit IP 115 $ 13.00 $ 10.14 $ 162.24 $ 9.12 $ 145.91 16 20211 Wall Mount Kit IP 230/IP $ 13.00 $ 10.14 $ 162.24 $ 9.12 $ 145.91 _ 265 8 60047 Analog Harmonica&Telco $ 99.00 $ 77.22 $ 617.76 $ 69.45 $ 555.59 Cable 1 SUPPORT TRI-CARE Maintenance Plan $19,217.00 $ 14,989.26 $ 14,989.26 $ 13,412.62 $ 13,412.62 (no phones) SUB-TOTAL $338,906.88 _ $229,681.61 Sales Tax 9.5% 21 724.75 TOTAL I 1 $250,406.37 2 25130 741h Avenue South. Kent,WA 98032.Telephone:(253) 852-7777. Fax:(253)852-5660 www.tri-tec.com TRI-TEC Communications, Inc. May 10, 2013 Margaret Bishop, Network Specialist mbishop@kentwa.gov 253-856-4613 City of Kent-Information Technology Department 220 Fourth Avenue South Kent, WA 98032 Dear Margaret: If budget allows,the following applications are recommended for consideration in the first phase of implementation. This pricing is based on the KCDA RFP 12-230 Telephone Communications System, Initial Year Contract with three (3)one (1) year renewable options. j Distributed Voice Mail Server Software _. KCDA KCDA Negotiated Negotiated QTV PART# DESCRIPTION List Price Price EA Total Kent Cost Kent Total - . j 1 21020 Distributed Voice Services License $ 995.00 $ 776.10 $ 776.10 $ 514.91 $ 514.91 (requires server hardware) ---------- ----- -----. 1 SUPPORT TRI.,CARE Maintenance-Plan (no phones) $ 114.00 ^ $ 101.46 $ 101.46 $ -79.35 ._ $.._ 79.35 1 INSTALL System Design and Installation 950.00 $ 950.00 $ 950.00 '----- .....__.. ___._-- ---...-_ -----._....._ ._..-.._.-._ ....._. _..... . .._.-...._ ___.----- SUB-TOTAL $1,827.56 $1,544.26 i Sales Tax 9.5 % 146.70 �.....--- ......-- ............ ......... --------- ---------------- ---------------- ----------- TOTAL $1,690.96 ----- ------------------ ---------...---. --------------------- .......... -------- --- ------------------------------------ ......-- ..........-- Report Scheduler Application KCDA KCDA Negotiated . Negotiated QTV PART# ) DESCRIPTION List Price Price EA Total I Kent Cost ! Kent Total 1 18045 Report Scheduler Application that runs, $3,500 00 $ 2,730 00 $ 2,730.00 $ 1,811 25 $ 1,811.25 stores and delivers CDR based historical _. reports unattended. 1 SUPPORT TRI-CARE Maintenance Plan(no phones) - S17 $ --_460 13 $ 460.13 $ 439.18 $ 439.18 1 INSTALL j System Design-and Installation 95D00—� $ 95000 S 950.00 .... ..-- --- _SUB-TOTAL $4140.13 200.43 I Sales Tax 9 5% 304.04 ......... ---.... ......... ........ ....... .---- ---... TOTAL --- -$3,504.47 25130 74"Avenue South • Kent,WA 98032 •Telephone:(253) 852-7777 • Fax:(253) 852-5660 www.tri-tec.com --- - _-...---- ----------.. -_.-.-._- -.. . Emergency Notification Application KCDA KCDA Negotiated Negotiated QTY PART# DESCRIPTION List Price Price EA Total Kent Cost Kent Total - -.._.. --_ -- $ 1,237.50 $ 1,237.50 fewer 2,200.00 1 � 18008 ShoreWare Emergency Notification,5 or $ $ 1,958.00 ', $ 1,958.00 •........... ...----------- _. . .------- 1 SUPPORT TRI-CARE Maintenance Plan (no phones) $ 367.00 $ 326.63 $ 326.63 $ 255.44 $ 255.44 --.-.... _......... __-_-_. - ----- --.-.-.- .-...-._.-. 1 INSTALL System Design and Installation $- 950.00 $ 950.00 $ _ 950._00___ - --Y- g.-_.. SU8-TOTAL __ .-.-.-. $ 3,234.63 $2,442.94 -..._...--- ------ ----- ........_ .--.-....._. -_. .. .. . ___..... . . ....._--- ---...-.-.... -.......... '• : Sales Tax 9.5% j 232.09 ....._ ..-... .-.-_. ___- - ---- -..._ . .__ .. .____ TOTAL $2,675 02 __-. ____.-.._..... _..---- ----- .. ............... ....---_._ ._______ - ____-_—_- ______._.. Service Appliance 100+10 Audio/Web Conference License --- _ .. i List KCDA KCDA Negotiated Negotiated QTY PART# DESCRIPTION Price Price EA Total Kent Cost Kent Total _- - - C 1 60125 Service Appliance 100 $2,995 00 $ 2,336.10 $ 2,336.10 $ 1,549 91 $ 1,549.91 t __._..__ .. _.-- -1 30091 -10-Audio Conference Licenses $1,500 00 $ 1,170 0D $ 1 170.00 $ 776 25 $ 776.2-5 -...-..-.- -.-.-.- ...---. ._ --_..___ ---- j 1 30093 10 Web Conference Licenses $1,500 00 $ 1,170 00 $ 1,170.00 $ 776.25 $ 776.25 I ---. -...._. _ _..._ ....... .___. -... ........ .1 SUPPORT TRI-CARE Maintenance Plan (no phones) $ 804 00 $ 715 56 ---- 559.58559.58-..--- 1 INSTALL System Design and Installation $ 1,950.00 $ 1,950.00 S 1,950.00 --__ ----- -.-.- _. SU8-TOTAL $ 7,341.66 $5,611.99 I---- ____- - ___ I Sales Tax 9 5% 533 14 ._.----- __. ____.. _......- , . TOTAL $6,145.13 Documentation regarding these applications can be found in the ShoreTel Integrated Application Catalog. If you should have any questions or require any additional information, please do not hesitate to contact me at 253- 852-7777. Sincerely, 441/',Y�Y v. i Carmen Ey Director of Sales TRI-TEC Communications, Inc. 253-852-7777 25130 741h Avenue South. Kent,WA 98032.Telephone:(253) 852-7777. Fax:(253) 852-5660 www.tri-tee.com EXHIBIT B INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non- owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 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. 2. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $1,000,000 general aggregate and a $1,000,000 products-completed operations aggregate limit. EXHIBIT B (Continued ) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. Client#: 20640 TRITCOM ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE 5/28/2013/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BYTHE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endomement(s). PRODUCER CONTACT NAME: Bell-Anderson Ins-Renton C/L PHONE 425 291-5200 FAX 4252915100 INC,No,Ext: A/C,No 600 SW 39th Street, Suite 200 E-MAIL ADDRESS: Renton,WA 98057 INSURER(S)AFFORDING COVERAGE NAICM 425 291-5200 INSURER A:Sentinel Insurance Company INSURED INSURER B Tri-Tec Communications, Inc. INSURER C 25130 74th Avenue S INSURER 0: Kent,WA 98032 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTRR TYPE OF INSURANCE ADDNSRL WVD POLICY NUMBER SUBR MM/OOY/YYYY MMIDD YYYY LIMBS A GENERAL LIABILITY X X 52SBAPW5244 3/21/2013 03/21/2014 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED ) $1,000,000 CLAIMS-MADE Ix OCCUR MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER'. PRODUCTS-COMP/OPAGG $2,000,000 POLICY X PROCT LOG $ E COMBINED SINGLE LIMIT A AUTOMOBILE LIABILITY 52UECJH6360 3/21/2013 03/21/201 Ea accident $1,000,000 Ix ANV AUTO BODILY INJ URV(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS HIREDAUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS Per acc,= A X UMBRELLA LIAB X OCCUR 52SBAPW5244 3/21/2013 03/21/2014 EACH OCCURRENCE $5 000 000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 LED X RETENTION$10000 $ A WORKERS COMPENSATION 52SBAPW5244 3/21/2013 03/21/2014 TORVLIMITS �RH AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVEY/N EL EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N] N/A (Mandatory in NH) E.L.DISEASE EAEMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) Certificate Holder is an additional insured for general liability, but only if required by written contract or written agreement per SS0008 04/05.Waiver of Transfer of Rights of Recovery Against Others per SS0008 04/05. General Liability coverage provided to the Certificate Holder will be Primary and Non-Contributory per SS0008 04/05. Per project aggregate applies per endorsement form SS0008 04/05 CERTIFICATE HOLDER CANCELLATION City of Kent SHOTHELD ANY EXPIRATION DATEDATTE VTHEREOF,E NOTTICEIES BE WILLL CBE CELLED BEFORE DELIVERED N 220 Forth Ave S ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) 1 of 1 The ACORD name and logo are registered marks of ACORD #S448162/M439797 KLA VerifyWorkers' C e nip I"ct^rariaarrr „its'riaws • tsta'alaloyer Li.ihclity (`ei-tfl`Icrate loge I of I Washinglan Stale Department of A$TA L.larairioycr l"Itafaiflry Labor and Industries 4 ep aftment of Laafacaa• and 'flaac w firies Employee Liability C'ei-tificate Dow; 0512812013 I.JBI 4: 601 228 420 L,egalI3aa;;anoss Name: TRI 'LL?C: C,(1MMUNICATIONSINIC;° Ac aaarn1 l M,1ill(k-CJI) Doing TiRrrsrraess As' Nance, .p 1C 1 'l EC" ('CIMMUNIC'ATIONS INC Fminnited Workers i eporiecL. Quarter i aol'Year 2013 I to 20 4y+4r1kcis," (See L7ewoipd n Below) 'rrv'rat'fcm' Conrr,pr Ibe churn Status: Acaaaaunt is a,nrrc:aat. Firm has vOlro itily repainted and paid [heir iprena unis, Licensed (onlrador:p Ycs I.cta.usc; Mudliple,AeOveLiceirsc,; Ac•.a.canaal Vleprersc:ril"rl ve: TI , NIC"'( LP, L;I_i'fLUT (360)902-49l8 l,nauail: fill 1 Q23 ti((r,lmr,waa.gov Wham ck ws "a Esi m ated, a"b'o t-kvrrs ItelroiIii l" aneaan? s'fl+rr t rl workcas rwfgirtecl rcinusurns die i minberof Ball time lara„ili m) iaquiira ga[ Ia.wd 480 LrounN o wa�rlc per caalcandar tjunale� h single 4HO hour iaCad6on may he tiI&d by carry; laaarsonq or sevau"al part dicta° wor'Iccrrs. laaalaas(rI al laasaam°ance lInfaarrination Iirrrria oyer,a rao xu I and pay iowinnurs each alnrraler bw,,c cl on ftrran o arf cr npiaryec. wovk already 1wirbarrcna'l„ and ere 141:00 IN ImenIrarr S i'llarO la wr to he dun lrrclaa",Id al insinair�inx ,xxAm�nnts lwvc no julky PourrrlM, d aw , WtiG<rlirairw ofew+ rage a,ar aa"ariwcr IScc ll( VY A 1L 1„r (r.59 and 5 116 V,)P). 1rt1fas;ldl2�rtr s.an"s d.;a7vlVnulcziawrr( ycctfrrl �1'tiaa[.,asiax"rA crr�rrroticf--J7 if flflR'11 #c:caatrniPvarn�rpK.,. 5/2*201�3 KENT Agenda Item: Consent Calendar — 7H TO: City Council DATE: June 4, 2013 SUBJECT: Allied Telesis Annual Maintenance & Support — Authorize MOTION: Authorize the Mayor to sign a goods and services agreement with Allied Telesis, Inc. in the amount of $41,094 for the purchase of annual maintenance and support, subject to terms and conditions acceptable to the City Attorney and Information Technology Director. SUMMARY: This expenditure consolidates multiple maintenance and support contracts for related network equipment purchased through disparate projects over the last two years. Consolidation will result in cost savings and reduced effort by staff through a single maintenance and support agreement under one consolidated goods and services contract. EXHIBITS: Goods & Services Agreement RECOMMENDED BY: Operations Committee BUDGET IMPACTS: IT Operations Budget allocations approved as a part of the 2013- 2014 biennial budget process are earmarked for this expenditure. 410� 0441 FK ,N T .00Odd" . SERVICES AGREEMENT between the Cfty of Kent arid Allied 'T'Wesis,, Inc. THIS lhGl'8tf"h+1frl" T W made by and between the City of Kent, as ''Nasharardtun m uiaraipal corporation (horohi of er the "Oty") and dulled lelesh, Inc. organized under the aws of the State of Lac*leware, Pocated and doing business at 340:1 Orchard Parkway„ Safi Jose, fry 95134 (lie^ einrafte the "Vendor"),. 7. ENE 1. DES,CRXPI'XDM OF WORK. Vender- shad frreawide be 'hllloo dng goods and naaateflals and/or per9orrn the following e°r,rvic s fok the City; See. Exhibit A (Attached) Venrior a aculerrowdodc.r)Ps ;and imdrmtands tBmt A 4 not the l.it_'s exclusive provider of Bose goods, iruaalu4als, o scoviccs and drat the Cly vahtnins to unquadh dt iigIIA to obtain these goods, rra rte ri;aals, and err"k s thr+"Srigh odwr sdarames 11. TEMIE 0112 cu Mtat 1r7101N. Upon the a�:ffertive. c atn of t"hi, Vendor shad eopnikwer the ,iwoild :and I::puovid e ail r,i¢awadn rriAeriaal„r, ond servicus by 21281, 1"Ir4. Ill. cOt"1BPI?IY'wlfaa "t'?t: t4. I hr: CRy shall pay tho 'tla rdcar rai o imnount runt tarp exceed e ed:i $4,4300, M cWdlkr,d apg7lictab1(.. wo! AiurKji on $0tc' "aaalra lax, 'fo the goo dn rorat¢srhk, and 0.0m, aou�,tanrr"ilwq,alcr1 Iri thi"a Acleoraidrrat, ttic a hl_y ",hall pay the Vnridol tho following Pamraaints. a(:coadlivag lar Pit !rcllovwinq ei 1 d';r9rili:': Annru,al kl-,n wwwraat Hai cfi 1, t1 f t 1-ulbi uai'v 28, 2017 rl! ('ID( aS b c 1-AV]( °r +1r`Rl'EP'9t.V'J..I.. ... I. ({Prra,¢e-.�'.Ffa,Crlaf7:t7Cd, iarelydrYar'rra lrwG7`DT) If title City ch)eCLS to all or any portion of can if shall notify Vendor and reserves the option to only pay that portion of the invoice not in dispute. In .1hat event, the paitles will i rilin ed iate,I y ioakt,, evely Wort to settle little disputed potflon, VVQrk, Me My rosmves Un iight to withhold li ifrwrn vendor for any defective or unauthorized goods, rnaterlals or services, If Veridor is ural"fle, tol, any reason, to cornplete any liart of this Agreenlent, file City inay obtahn the goods, noterials or services fivin other Sources, and Veaedrar shall Vane lObW to the Uq for any additional costs ill red by die. City, "Additional costs" shaU mean all reasonable r,osts, induding legal costs and attorney fees, incurred by the My beyond the 1110MUm Agreement price spedMed above. -Qw City fuirthel reserves its light to deduct these addi'tionall costs incurred to corriplete tl,,ils Agreernent with other sources, from any and all arnounU due or to bUCOrre due file Vendor. Aqly!�n of QjqjMg, VENDOR'S ACCEPT'ANCE OF 11:71NAL PAYMENT SHALL (:ONSTM)HE A WAIVER OF CLAIMS, EXCEPT THOSE PRE--wouSLY AND PROPERLY MADE AND IDENTIT71ED BY VENDOR AS UNSEITUD At rHE TIME REQUEST I'GR FINAli, PAYMEN I IS MADE, KY. INDEPIENDENT COMTRACTOW The partles Mend that wmi Independent Contractor-Eril ReUtiondiij) willl be created by this AgreeirlenL by Lheir CXM1601) Of this AgieeirreilL, and in accordance with Ch. 59. UB RCVC the parties ji the following represeiriwitionw A. U'le Verldar has the ability to control and direct thf,,a p(2rfl3ll MA deiR.WS of its work, the GiLy being interested only in the resi-ifts rrAitained under this Agreement. l3 rhe Vendor rmjintaiii and pays W, 'its mvii place of business fronn Which Veil services Mar dAs Agreeirlent will be perforined, The Vendor has an e0abMic-,q] and ii-idependent bu,,Jnez thaf is cligibie foi a business deduciJun foi, federal incon-re t-ax purposes that existod bofoine the-: City retairiod Vendar'=,, smrvlce;, or the Vendor is en(raqed lir an independently cstablish®rd trade, occupation, prokosk, or buMnoss of tho some nahm"o, as fl,riat involvorl under this Agreement, Ef The Veridoi is rospoinglMn for 1111ii as tlw,ny lac-lcorne dw, ,all necessary lax docuillorM, vor1l appilopirat,n fii and statf,-" lcymcw , richx1ilcu I'dro linteirlal Rovoltw Sol 9 icc and the state Depnrih ncnt of Revem io, U. The Vondor has iagistered Is fnisirieu; and est'llblishod afxool'R with the stWo Department n4 Revenim; and other shike ngenrams an may be inquitrod by Vendor% lbushvn% and Tw, cAJ:aiwrJ it UrnifivyiUsusiness InlontUrnir [Uni) oillwilber fil lh Stale fit VV",)"lJnCiN')n R The Venclor rmirtafini,.), z.,i set of books dedkoUnd to the expemes Vinci eanlings of 30 blislimss'' CJ000S SiFl6i)[0-5 AGJ�F[Aflliffl - 2 (ovey 'C 10,(J00,00, inc-forling WSS 1") V, TERMINK1101L Either party nVy ternnhnate this Agreenlent, with or without caLise, upon 1wavding the other party thirty (30) days, written notice at its address set forth on the signature li of Lh"s Agicernent. V1. CHANGES. The Cly imay Nsue a w04ten amendment for any c hangc. iu'I the qood , narerials, or seivices to be jono0ded during the perforroarwo of thb; Agreeinent. Ff the Vendor deterinines, for any reason, that an arnendn'leot is nec(,rssary, Vendor inust SlAbl"It F1 written amendment request to the person listed di the notice proO,}ron section of tlfiis, Agreement, section XIV(Dh within fourteen (14) caWndar days of the date Vendor knew or should have knoyvn of the facts and everts giving rise to thte ru(IoesLedl change, If the City detern,0nes that the change increases or cleavases the Vendor's costs or time for performance, the. CiLy wiH maku an equitabirt adj(AsLrnenL I he City will attempt, in good faith, to reach agi eeinent with the Vendor on all equitable adjl.lStruent� , However, if Lhe parties are unable to agree, the City will deter nine the equitable acipmtmeni: as it decins appropdate. The Vendor shaill piroceerd with the amended work upon receiving elther a written airriendment frown the City or an oral order from the CAV before, actually receiving the written amendment. If the Vendor- falls to reqWru an arw ridlrnent within the time ailawed, the Vendor walves its right to rnalke any claim on subrit subsequent amendment requests for that portion of the contract work, If the Vendor disayrees with the equitable adjustrnerrQ the W� idor nnust complete the arnemdod work; l-icwever, the Vendor may elect to protest the adjustrn(,,,,,nt as provided M subsections A throug1h E of Section Vjf, The Vcr,�ndor accepts all requilerne'rils of all alrrelrdtncrt by: (1) endol-sing R, (2) waiting a separate aq-ceJptance, or (23) not protesting In die way this sec ion provjde�,;. An amendment that is acceplbe.d try Vendor as provided hi UbJs section shaU constRute., fail poyrTrIel"It and final settlement of all clairns for contract tirre and for did-ect, indhvct and consequential costs, including cots of delays l elated to any work, either covered or affected by the change. VU. CLAEMS. It Ite Vendor di vdth anyUdng required by an uniendincint, ancffieu written order, or an offal order frond the City, including ziny directioin, instruction, interpretaUon, or cletermination by the 0ty, the Vendor nray file a dMrn as lwavided in this sucHon. 'the Vendui shall give writLen notice to the City of all caaliaal., witl-dri fourteen (11) Calendar dayss of the accurloloce of the evcmts glOng iU e in the claims, or withln fourteen (14) calendar, days of the date hhe Vai,rr� )r know or 00uljd ljarje kjjj,)VVrj of tin., faCtS C)lrasv' !JlVjjrqj it;c�; to the claim, whichever ocons Met , Aily clairn fi)r darnages, add liJonal payinewit for arty reason, or ey.hension of thrie, whether under this Agroolnerit Or (Aherwise, shall We cons lusivedy deemed W have vvaivcA bV the Vcmdor wlles� :a tinilito vorkJon cl,",flinn is rnade in :trict acrardarce with = @pTa k:a1,jlA? provisOns o,l this Agmerverft. At a nflinnnurn, a Vendor's vdHtWn dairri 0all Kindle the, inialrlahon s(q fortIr In A, 0,env,; 1. throuuh "U IxA)w, FAUAPIU-z' TO POWWDIE A, COMPLETE, WRITTEN N01"IFI(7 XION OF Cll�AFW wrnom ro4r 'E"I'ME ALLOWED SHALL BE AN ADSOLUTE WAIVER OF ANY WI) Trg'" CLAIM AR S ISING I N ANY kV F RO nlif FAC M OR EVE ff�LS SUIRROUNDINGTHAO CLAIM Olt CAUSED KV '11K`r DELAY. 11%, Nr Lice uf (,Wrro Provpdu a si!-jn,ud vOlticn imUce of chim dlot pinovHes tlle folllcoNirpj hdonnahan: 1, lac date A dh(j Veln(j(aHjra 2. duce rature ajnril Orcuiristance:,a that cvu ed Une ulaim; G000S 6. 5aLRNItCLI,, 4(AkLEMI-141 - :3 (Ower,AIP,000,90, includino WSS7) 3, 1"he provisions in this Agreement that SLIPPOrt the Clahn; 11, The esUnraLed dollar cost, if any, of the claimed work and how that estimate ivas deterrninad, and S. An analysis of the progivss schredule shuMny the schedLdn change or disnnpdor if, the Vendor is a �'.�Cfle(hjle change or (lisruption. kecords The Vendor shall keep complete reumbs of extra coos aind time Incurreci as a result of the asserted events givmg rise to the cValrnn "The City shall! have access to any of the Idendoes records needed for evallroat ng tho protest. "the City will evaluate all dahns, provVied the pmcedure�, in this section are RAlowed.11' the My determines that a cM is vaLlj tile City Will adjUSt payMerit, for Wor'k 01, Llime by an equitable adjustnrert- No adjusLErnerlif Will be nnacte No an hvadd praeK C Ondor's Duty to Complete ProtestedWork, In spite of any (Ja[rn, the Vendor shall proceed promptly to p[r'QVjdo Chi goods, irriaterials and services requ0red by the City under this Agreement, D I aflure. to Protest Constitutes Waiw"I" By not protesUrg was thi% octioir provicles, the Vendor also waiv(,�q any, additional entitlement and accepts from the My any wi Uan or cartel ordo (includiny dlrq,,%tions, jrj5tr-nd.JQJJS, and detenvireMy. f- oc' u ajtur� to GOmAjtutes By faifing to f'sjloVV tFle 1)�'oC I r res 1 PuzedimajAn Wak�pr. of this section, the Vandur eojjjPlQt(jy WalVrs arty 'Claijr'l')W.j Prat protested work and accclAs front die City any written or oral order (including directions, inslonwtions, inteiptetations, and delterrninatron), Will. IMMITA170N 01" ACTXONS. VENDOR MUSH , t N XNY EVIFN 1, FILE ANY LmSurf' MUSING FROM OR CONNE(JED M111 11115 AC;Rff,-rV(frNF MY[flN 120 CALENDAR DAY�3 i"ROM jr HE lwm rhiE cowRAC'l WOM IS COMPLETE OR VENDOR'S ABILITY 10 FILE fl-Al SUIT SHALL. BE ()REVER HARRED, 'MIS SEC-140114 FURTHER L114jrS ANY APPLICABLE STAIMORY Ll SIMM 0 N 5 P 12 RI 0 D. IX., WARRANTY. This Agreernent is subjr,,ct to all Warranty provi?Morrt� established wrder the Uniforrn Cunrnrn"�Icial Code, her Revised Me of VVaslrington. Vendor winrant.'," gowls aria rno'cAantable, are Mt for the parlmdar pturimse Mil which they were obtarned, and Will pelforryi 41 accwdancc* wlth thel spaAkAtions and Vendorl repwoRatQns to City, the Mum" A;Fvlll cnirrer"I all' dof(-.'ctr� in workmandip and unatenak, within one (1) yow from ll'w clate, of the Cityl warqlatwe of the MnInd woric In the onent any pad of Jw rloods mc- repairej only omgmal r,pLicernent <,hall be usud rubuilt call usudl pw s vdi" not he M-len dcfnct ,', ai,o correctecl, ffio warir111Pyr for ['11at port. on of Rlnee, work shall extoind hm one ( 1 ) year froln 1"Iro otlte Su(IN colm,(Apon l", (,onpkled and acuqAed by Un: Cd, f1w Vendor shalkwegov to ('nrroct ""Ably rlefpcLr widull sevun (1) MoMr thys of Its rerrrrljpt o�' lwiwl'! frnnrl dho City of thol d0ncL, ff the V(,,ndo duu" not Ulu C=x0om %6AI'llin o wasrmablQ t1ine 'A' !i dcatenrrdnod by ov CRY, the (ity 'nay conl1plete the correctlons and the Vendol ;Jinll Tiny Ww"rred by the My, in order to nccornphsh the correy<tjon, K DISCRIMIPJAMEM. In the hiring o f eroployees for the IV11011nanCO Of ',W)rk Ulinder. IfTs, Agreenionl or '--wIb- conh'act, [cl)r,, Vt'�ndtw, is sub manLractors, cm, wy jowson acting on behMf of the Krudor or subanntractar shall rwl; by reason of race, reHylon, cohq sex, age, S1FJ-o/]CFs A(""RLEM[M 1 Och'O'Wng iNssr� sexual crientiation, national odghl or the presence of any sensory, mental, or Physlcal disability, discl-ImArate agabst any person who i qualiflod and avallable to peofornn the work to which the employment relates, Vendor shall execute the atlaached My of Kent Equal Enrpk)yrnent, Opportanity Flollcy Dechrahan, Macy w1h My AcInninistrative Policy 1.2, and upon compkAron of the cc)nn"act vim*, Pilo the aintached Compliance Statement. )(1, INDEMNIFICATIM Vendor shall defend, indenvilify aimd hold the City, its officers, officiaQ enrribloyee% agents and volunteer's harlsle.55 fircrn any and all clarns, irkluries, daniages, loSos or suill including all legal costs and attomey fees, arising oirt of or In connection volth the Vendor's perhmmance of thris AgTeernenl; except for that portion of the iturles and darnages caused by the CRyt negUgence. The City's inspection or acceptance of any of Vendor's viork Mien completed shall not he gircoonds to avoid any of these covenants of incen-inificatiori. 11 IS FURTHER SPEC3FICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROWDED HEREIN CONSTRUTES THE VENDOR'S OJAIVER OF IMMUNITY UNI)LIR ADLSTRIAL TASURANA HVILE 51 RClq SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PAR MS FURMER ACKNOMMEADGE THAT THEY HAVE MU'lUAL11 Y NEGOTIATEDTHIS WAJVEI:�, In the event Vendor Muses tender of deMse in any suit or any dabs, if that tender was, nradc pursuant to daps inclonnlification cause, and If that refusal is subsequently determined by as COLIft having jurlsdfcdon (cr other agreed tribunao to have been a wrongful refusal oil the Vendor% part, then Vendor shall pay all the City's coos for defemse, 4icluding all reasonable expert Ievltbn") s fees and reasonable attorneys' fees, plus the City le"gall costs aind fees Incu4 red hoc ziuso dierca was a wuongliful refusal on the Vendoi,'s, parll, not to oxcerDd the total value of this support agreernent, as dev,,Aled in SecHon 111, The prcwtsione" of 111N, section sl['iall survive H'ie caxpjration or terinh-altion of thisa Acirc,wrneirt. XIS:. INSURANCE. Phe Vendor shall tirocure and nraintain for the duration or the Agreernic,i at, insurance of the types and in the arnowAs desclIbed liv 1701K 11 Mched and incorporated: Lpy this reference. X111. WORK PERFORMEAD AT VENOUR'S RISK. Vendor shall take all rvHyssary fjrecak&i.ami ord shall be insponsbb for tiv, safety of Is sarldoyees, ogenm, z-irie.4 stAlbcontractors hi the of 0,w cnntiacv avoilc and shall uIrlize rill PEOecLion necesrrwy fare thak purpose, All work shall f0c, dome al own riser,, Thud V( iidoi sflhalj bin! tosponM[fle fo any 1IMS of 01 damage to awtorb!" x0g, or 1AN11 ad ow unni or he Or use, in connoction wirh t1w wcwk. XXV. MISCELLANEOUS PR(MS101IMS. A. R0C'y_M,'1f3le JaMOql. Msuant an (IMPM 180 of the Kent (-'ilty Ccvde, the (IV requm--s us corltractor�� and consultarts, to use recycled ard pro(rkuc.(s vil-teme'ver pracKra e. iiecycled pmclufl GOODS & SE.AVICES A01FE'.MM I (Ovcu $10,00MO, hpOudiiq� WSST) B. NQo.:NeAbT,r at L3o�. rLj, I lie failure of the Uty to insist open strict pea rFoi nriarice of any of the covenants and agreements contained in this Agreernek, or to exerdse any apthn cwrferred by tNs Agreement in one or rnore instances shaH not be conslurued to be a wamer or ralinclukhriaent of Lhoae covenant, agreonnents or opUms, and the same shall be and remain in full firce and effect, C' RrvM,udlon (4 LAM, Thk Agreernert shall be governed by and construed in accordance with the laws of the State of WashNgton, If the partiers are unable to settle any diSpUte, (Ilffererce of dalin allWng Kann the parties' performance of this Agreement, the excUsNe means of resxAYMg that disioute, difference or clainn, shall only be by filing SUT eXdU:1'_'iV0ly Under- the venue, nd('zS arld jurisdictioin of the King County Superior CAW, King County, Washington, unless the parties agree An writing to an altn1'rnatiVe (11spute resolution piracesc In any cUrn or lowsuk fm damages arisikag from the paides' performance of thts Agreement, each party shall pay all its legal costs and aLturney's fees incurred in defending or bdnghg such claim or lawsuit, induding all appeals, in addition to any othen- recoven-y or avwarrj provided by—law; [ggKdQ howevol nothbrig in this paragralph shall be construed to lhnK the Cty's right to WdemnlicalJon under Sectron X1 of this Agrerernerit, D,. YAWWAJA)"U'a't'. All communications regarding this Agreejrjra'2nt shall be sent to the parties et the addresses 110ted on the Wqnatun page of the Agreement, unless notVied to tire contrary, Any wrUen notice hereurider slu,'jll beCorne eff LcUve thraN., (3) buSurle,. $ d0y$ jAfter the date of inaifling by reqistc�rcd or certified nrial, and shall be deemed sufMclently given if sent to die addre%ee at the adckess stated hi Hills Agreement or oijiUr addjl(�' "$ as inay be hereafter specMed in wilthrig, ET, dick rprrtefcra,M . Any asMgnrmnt of tWs Agreement by either party without the vMU,'en consent of the non-assyning party shall be waW, IF the nowassiclMrag parly gives its colimenit to any assifrarrinnQ the terns of Kils Agreement WWI continue in AAKMrce and effect and no further assignment shall he made without: addRianal written consent, F. JsVraJlflcetllgaprt No w,-,iiver, alteratlon, or modifWation of any of the gurovibris of UK Agreement shadl he Ming untess in wNing and sj"ed by an My au Lliorized Ir imesedativr: of the City and Vendor. (J. 1"he Wini Provisions and terins of thl5 Agreement, bagether with any ExhWits all­ached hereto, shall supersede all jwnr verbal stnUmnerits of arry ofHom of other n4wesentabye DF the City, a.,wd sitch sLabulfir"MLS SN.Ill out b(I ('41FOCIVC 01 LHI as enterr ig int'a or forrning a pai t of or allohng in any marner thus Agi eemmh, At (A the above VAKAHrients w,-v lu;.reby nuace a pai1 of iths ilconever, Anmfld any hjrqloa�,'je in tarry of the Whits to Wq Nlreennent Wlich with any larippiage rx)ntainocl In thrs Ai-lireenient, i,I,w teinriss of lhi% Np eernnA asd4l pi evail If ("umvli 1 � wl to J'', f. The vm'ldor aqree,s lo corritilly with olil fudo¢zil, rAatc^, and rinuddival ban, role, and iegulardonn INS am now McdVe o in Uv, 110mo bot'gpliw arijilicablo to voruk'W�' hn.�Jnrr'qc, (q1rdluriern and pasomS ""gaged Pri iqwrMkAm euvened by UK, AgRwnwnr or avrUng out of the pelfonnance of Lhose operations, L. phis AgieiHuient may ho execuUNI in any oanrlUm Of CLINdUlPaltS, eadi of voffl(Ju shall cnnsHibuto an original, and all of whidi OH toqel:h(.,!r constitutae1 this oine Agreenneint, GOOFS K iHWRIS AGR1Fk1`qFN1 , 0 (ow,r$10,000.00, wOuding IN YVITMESS� the parties bdovv execute this Agreement, which shaill become effectilve on the last date entered Wow. ..... ........................................................................... ............................. VEND OW CIT'Y OF KENT� ............................... ............... .. ..................... 15611A Naiv)e: Print--------------- .......... ...... Its Ma��.Q- ............. .. .... .................................. .................... DATE CA Fil .................. . ........................ ..........—------ ----------................ .. ........... NOTICIES TO BE SENT TO:: VENDOR, CITY Or Kli Has Carrillo Sevin Kelsey Allied Telesis clty of ll 19800 IN, Creck PKWY #100 220 Fourth Avenue St.)ud) 13001 Wa 98011, Kent, WA 93032 �k)8- 519-8752 (telepl one) (253) 856-461A (telephone) (fur sinille) (253) 856-4700 (faCMMIIE�) -- ------------------- APPROVED ASTO FORM -------------------- Kei it Law D epzi r L n e n GOODS & SERVI(.FS AGPIN"'EML-N-1 (Over 1,10,600�061, mcluding WSS DECLARATION CITY OF KENT EQUAL EMPLOMENToppmrrumrry Poucy The My of Kent N conswitted to conforrn to Federal and State laver regarding eqUal opportunity. As stich a[li uuntracLors, subcontractors and suppliers who perforin work with relation Lo this Agreement shall connipty wlUj the lvgulfrtlons of, the City's equal eniploynient opporturity pi "t-fie following quesHons specifkally identify the requiWerneas the City deeMS nECOSS01'Y for any contractor, subcurulactur or supNier on thW specific Agreeiment to adhere, to, An afffirriative response is rocluked an M of the follm%ing questions for this Agreement to lae valid and binding, If any conbactaq subconVador or supplicr WMIN murepresents thcrrsclves with regaEd to the directives uAlkies, it odill be conMdered a breach of contract". aqd R will be at the CiLy's sole deterinination iegarding slusli or tenninatlan Or all or part of the AgreerreM; The (nicstions are as follows: I.I We read the attached My of Kent adtinii-isit'ative policy nUrnber 12, 4. DuNng the tirne of HK Angivement I will not discriminate in employment on the Ibasis of sex, irce, color, national ori(lin, age, or the li of FIJI sensory, inerital oir physical disability. I I Mng the Me of Ms Agmeawnt the Iminne contractor of it pawk% a 1NNUm i statement to all new enjabyeet and subcontractor's indicating corrurnilli,nent as ark equal opj'.)orturity employer. im m Y j6, MwMr prime contractu WU MINVe Lonskler h!Nn( and prumulnun, of womeo ;-',md More, acceli of !Ws Agremunt, an adN,,rencu suet nicrit will he r:ifjned by rne, 1:110, Prirw Contraci�oi, that the Prime ("onn -ictor corripliod vnh than acscgEair iai¢ ntwit as smit failh above. By signing I;vinvq I mqu, tro hilMl, t1w W( requirements rolerrrlu"d aljovu. Lmtod thiv. day of 20 Ry frm � .. ....................... ..... i'itlo: M'fl,c• . ........ . ........... . ............... ..... CITY OF ICEN"T ADMINISTRA"IfIVE POUCY NUMBER: 1-2 El"i DATE: Januery " 1998 ................................................................................................................. SUBIECT: MINORITY AND WOMEN SW,'EK: SFDES*. April "ll 1996 CONTRACTORS APPROVED BY Jim White, Mayor ?QJJQ��. Equal erriployrnent opportunity requirements far the Cky of Kent wvilI coribim to feden"ll arml state looms, N1 cuntroctars, subcontractuis, cursuRants and suppliers Of the City anst gumminibee equW enipWyment cipi volthin their orgarrization arid, If holding Agreermirts witty the (Jity arnount1rig to $10,000 or morc within avy given year, rnusat take the fi-illowing affirmative step!s: l- Provide as written statement to all now emplayees and subamt-racMrs Widicating mmi-ritment as an equal opportunity effliployer. 2. Ac.tiv(.fly cmnsicler for prornotimi and advancernmit available minorities and Klorrien. AnV contractoi, rmhcontmctor, consultant or suppllei who willfully disregards the City's imindmainimaloon and equal uppoaunifty mclukernents Miall Lxe conAdavd h breach of contract and subject to suspm'iMcin or ten pination foi all ow part of tho AqrecN,TmnE (-�onhract Cc.pIrnpli,',Irice Officers will i appointed lay 11v Directom of PlannAg, i and Publk! Works Depairtments to =Hne the ftill(ming dutics rol tllmik depavtvnents, 1,. Lmurmy thol u�,"osr suppliers qn1tajectW these requlatbns are fandilar with the regulatOns and the City's eckmal (nniol(wnient opponunif)r polk V 2. 11mitming lo as.mre adherenm Lo fedural, Stato ami lof:,al Reeve, polirlo and guidelines. IWAY I,20 l3 Allied 'relesK AGRr..EFAFwTPV4➢MBF-Fat---ACIOWEN`fP0601 3 EXH I . . IT A �1oo % ��4ioaxti%�numlldrt�'�i0 rl� f� "qp'" wy a.„„,,,U.,.U,.. Service and Support Agreement Prepared for "It of en may 1, 21111A AGVtE ML`-Al SAC M KI`- uRTGe50Il3 &"yWWmw,w;'uIMmWUwW"y",yA;'W ................_... .........,_. _ ____.... mudmwmmoim�mwuww!uluummmV.m@i�umu➢Mym�mINPVPU�NV�9.W.@uUPIVUINNI': S�f�( ,. . .uwu�wwwwuwwuuuuwwwwwWJ,W...._ 4iaiAragiorinitiak AffieJ TcluC lidUaal*a EXECUTWENUMMARY VYa4s cl a, rora orr pr ar irlrs ilae pricing, lea•irna auncl dearrARrCi¢n or ACCEd I i.lr sir S r oiaa;, Tr AdAl I'eksi, law0,wim pixr¢,ki,aW Iry 4'rrxB,rRrbrwr, V I>.r"argopNlw+llzlr'; 1="r'�clira;w are;Yi",drrl no ' era9irrrcr h.. "rth dourmari'wl ,wr3t.vrrr;alp,s any prltrrmnrrpliA agrecrnrrrll In, NlreB'rascncf,. 'I"yeInra,nrl,a slaGvaeuiu ' caaVtrnIllaalstaa;wl5ci+,ralushepiddin,•aaswockladuckhaanylrr&ai •ngrlo[rr4ag�Rua�orrrrr4. or proposal pq wraicacl far t auvratiw er. IL PRODUCTS Ilk. , rc,rnaanRs:¢rversrlret" INa:rrvrrr Afficd likshprvahrcf , reticrlrlruliRrctdvPeE)Ile: Iwrlardi1, 2RNN3 See Nrorlud l,isf Maehecl Seclinro A HL PRICING SIPPI'llwil N ec3 'is Sopperl Fee Roy iileraas 1inclode d in Ilvas prnposal1wo Day Advanced Replaceil Software Updates zz:::= II. fia,IrrataNrwpAct,aalwihau v dal f"riiofIV' rdaic. !, IhiSrsrNola4,rrl nrwr" dlorrr Much I' i1 13 VO)rp in M, .P,rll 3. lllrrt, support ,rippeement qrr,luacs to all AIli<eel la.kAs N''ra uicts 16wd in aarNA, A rlrte1 Iavo hours purchimed by 4;'uasCaroruati,a. 4, ° uplrirrl py;rrt:ro r.ur iern'aa &p wvill oi'rrn ayi>I ^n aroriioii al Nrar;arp;Mier limp ipEiruN well }. k4nk V'darclw r garnclr,awi . oia:r,lc- drrrirap Ifc Canrin of rl k Al-,ir nira;ng W All bo dlii @ rl a 80,?Y11 ud Plodcld Na" iRl" Islas• a rlr,I ra Clive Mats rol ill 4pir,r,arralrrt R,,aaraicrs"Jplrairl af'rra,drrroIN [Ardra!; renal,;:r MUM '01 °rwerra^ rMu• lirll0WU rluuoleuoviorCr, r, IrerrrmuroGrisr, al,,,r.rig flan„alu urns$ uorrr pen tam nolsal picc,Adl to Or"] a nlr pn rrc3�;9ra„pens. 7, P ?rrplorrtgl,caba gar S& snla s t x Mv am All le<l rn Ath pp°aolwM C 1 rmc,rn¢trinaM,.,.,,. r"'wllkd Ic"lcsis tilida.ls.,, ,...... NIAY,I, 20,13 dWWAfied ]"elesi�" A(.',,,Rr.EPArN T NU'MBER--SACIOI-XIENT0501 13 V, SERVKT, DPWRIVIION re-chnit"Ot Pain ppoll I his service prov!des Ontomer with undmikal suppoii lbranoipency and ppicya I nctayojk suptiml issues and eJUVsbOosi, UU,'dCa I I OIS are provW1 IoN Ace access to All icd Tdusis suppooi cioginums YW to wdmh A sqTuxr I I U to itd(Irvss A I I ied Tolusis liar a (-ictakxi im my Nody I WS (oAK I nut wwrh oulage) ,ssuvs ic-veiv,e 365 days x 24 howncowmagm Naty 14 Imel issucs jvcciwve 500 am.W 510 Im. Pocitib IW camoragm Sqjwt engJacers will Jag,invesligule and broubbsW Issues and apply rernedial auirni to Alhed Telesis Produci issi.m. P%(xvin k rechrical support is not inkcndDd to hichKie Ille fiollowing: Design, conliguration Or oflicr kt vjces AMod NI"is, of nerwwi Own NoWed W noopAdlied SIS pmduos orMhA pao; vwWor hardwareol qollwms, wff!hidwod kqtrca whoiC CoMITUAr set+niciaio enrr �,s, cawe, nelvmrk outages" Capoopwvl: to opcD incident tepoil. with Allied I odesis MICTI Ihole it, dc"ir evidelice the poblern N mso6aled v,,ifli Okxl Tidusis Noducls. Ind&nm romw be reNwted U) AlIld TWesm via dic YNcr6ce Nwal (this is the p�ocfcrierd awbod) On, via wlliccW"I'clstirs ot'Vl)njQpi snpp(�f �alt)Voa(aatj,unitllbclr Alhc(]Tcicws W dkgmnc saAwary Wwrdwmv IS% &Ow Allied TOW ProW, hdital fitoll diagno!4,s juolst be, corductoul by the 14) 'il) jljrj( (be is not aVnkal 4s wsjIopI!jflhdilY anal bus Shia the Alkd Idmis Andmi pWrW hjull to Allied I Ok!sb,support, Alked'Icksis k am rapmOle Or nmpah,daimps O'sny ralmited aule;,out!.i(k AlEcd 11'ulc,sk Noduci 111be. Owe a Rwh has hoopm,suNed by Nliml ToNds, to N010,110 rk= W her uMblud whld" Me AHN Telesis lickvi sysivio and fihv inc;idcw vloycLl. �;clftmto(,, UP(hoes 114 foulmv allown Rw natXmion of Mc opumung symmn, yalbyak: pokYes and MAXWnMAN(T rd"ws mvWmm a.,,, t;q)on as flu"y Jjrc fckawd to out JcAdJcd wulh sitc and qqfly, io your p.ai'ticulor inmaljatlol �Sotivdalv niW rvVcxx noWs c uI ka dvwoloadcd dkim fly noon AHNd I ewb) Wonmm OWIM11 Icorided wckilo and aIctivaflvn is IRlclu(:Jcd V4th I)c lYa, s!,f, o Y a vu n.o o n I,J7I P 0('Y r A nad 0 l)' Y's I 1 10(Wm,s I No 9.,an a0y is inadc on 1hu into I operabi fio),vor noni on mAwmv Who w0ko re dab nsd by Ad ed TAmm W he K vn mW ofsal ,um us I And of ':salt C9 US")smuts is hmcd on Antual ioo icc by A I kd'Felcs[s what oat orr,guiuu,sQn,dcv agid ilippon Mil be k°sotlnfnud as of, a slated dalkt 1k),2013 Allied 16,96, ltm�, MAY 1,2013 AmWAO Allied Tedesi��` AGREr�MENi-NUMBER—SACIOWEN'roswil 3 P"Wad RetAncurevol Wduct repWceniou (NMA) mqwms%OH be milmnowd by We Cas%miorwsin� dic Allied Td sir, Scrvice Poioli, Customer Intl .tr provide &1afled infioi nunion for c.,ach:lull drag ideal fles I he,IwIlt,p4obleini klmiri fle'd areal tu VWPS it Allied Ndcsis tecfirnc d suppoil wifl nevi(nI,the RMA redECrI MCI %Ork Wo,11 f"Of4m6 Unh "nlhalifeJ in rtkaraalpi 1v killvea isvNNW Me pmWwn mid rmuWv Ow W mo, All wservas die rigbi io clhaq,c ('nonwar a jxvcesshig to An a Wow duo k silbinitned as an WA hq Me CumovneR and upan receilit nad ursalingby .A I lied i caisis lolgisdes, is detanninod In have no pi oblero koind. This wi-vicr, pro idhs Next Dusinegs, Day advanced 11toduct, replacranclo aild workaiounds. raw corrcci bugs, nuliqlliclion's, Vswm cnaN wacl alim"Wed probleins Ow adverse, Oht Me PmdwPs alidily to wirl'onn to pubilsited Ship,., phig costs foe defieclivu %wilis being sell to AWed 111esMs are the iesponsWilily orillu("Irmoinol However, all ritagpillp, slopallugits Ric purfirurillied al Aflierl ItAcsis's eximnse. Vor, Selowe diq shipmeni, aredvxrwvnrl rvadefrrrreaarcral xminevkv mif.O he, ,vuhwUwd 1,1), 1:0 11,10,10,N dirl,rPigr I)mSinev's 4hapx oud is NIPOUe4l ro Ow roodigwws 0nitI1dPW,,,,v (wd Can(044 wvj?h," otherlOye qw,-�fig d io,yow.Soy)f(wr AgrevmciH. Aswwairowt to aaW in the soup mW corlikunwho of Ahiwd RUR's Products, flik sec vice aiutudcs slindard uValunflon Ir'Custolvol, bmW&n cNOBwahms pmdumd by Wwounwr or nOwl Fcksk Piofienniolnil Solvicxas, Network lecindcat mippoil is nor hamicled in he amcwhIM I% Ac 1101cwMg leilas: m;njjnWoH anew nI,,rwoHI dcsiygn or changes it) existim hinmorrouliv nwo jw PwAnNI chher by comoamw or AlOw, I evsk looksmotirl Scivicas (xv4M BY A111ea1 I utcu; Sol oficlingy cmn be provied on a Amad bid. UnNne 111WOna: I ov, Allied]eiGsk Suppon Poltal (lou(p C-Ilur ) Vfk�-S a dVWIIIiC YVoy fir CANOWUl'.1; Io WOU w1h Allwd NOW siaj,W rialt' as well as 6nmlivid slOWAH and Inoduci inkamalion fioiii (un exiiinsive dalaba"A'' 111,6• SujplloO i'mral iM dcsi;gaed (o tacdiluW ixjoiiu�,; and rassusd Allivil Mjr qkvv,.'Ikajs ol CoucuA ool fet:NnMcd slippoll lic"KI(xk 'i'ojr in the vv"1141, usin!"11w 'Colflaci 'a knical Sappou" PIMuln., Vxspoltws will eulim(h'ocdynoyrjw C-Ilanl wAllhill 21 i>wdocss horns ail subunllin loo it brilwhis kcn, lonc 24 x I golio, Allied dawhaso, 1''he usesscullu"uning lechnologay, conslarafly oxfewdingler prohlems arld scdludorv;, Br(Av.whycalrepory, our key vqwd Mwamli kirpWAMInsaail auro,wiars irl our in-delilli dalalyme. 10 wouil. OWN oar, line quo"ions, RNIA jequwsu� and couln)(mis (111-coly i0oll whilicialls. Cusloinvi hiftials",, AnwilTOosis liflGrk,— C 20113 Adlid!d Tclesk, lnea lorigi, 6 of 17 MAY 1,2013 AoREUMENTNUDER-SAC1O1= ENFOS011 3 ScOlom A- LW Model v ........... AT-X)OO/29 tO 8 Al'-9000/52-10 13 A"I'd-L-SBX9­01, 6 A-1- F$716L 10 13 ..... ....... A-1-U5950/SPOE-10 19 Al' �E-S]K-CBLLO 6 .......... Af-IIWRQ5-1() 14 Al-11WK3202-00 I A'T-PWRFA)O-10, 39 ........... Al I':1PS3204-10 AI-Sf,V908 or) 7 Al'-S P101-IR 4:1, . . .......... A7-SPIOSR 3 XF-SPU10 Al�,S PSX 19 .............---, A1--51'ACKXG/0,5-00 A'I--SI-ACKXG'/l OD I Al 51'ACKXG-00 20 A'F X 600 24,1 S/X11' 2 AT X600-4815/XP 2 111-11--....................................— -- Al X610 24TS/X�[101-1 5, -............ A`l )(610�4V,S/X-1101,--o 33 ell X1'1b7 12S I ..........------- A'r X EM- f 20 ... . . ...12............................. A"I X FI"-2X 11� 16 "I'll -..................................... AT )OW A 266.... ............-F XPSR Allivoll'Mrsis IdLials 11013 Affictl 'Uckski, Inc. Page I of 17 1011 " q INSURANCE REQUIREMENTS FOR SERVXCE CONTRACTS Insurance The Contractor shad prucure and nnaWitahi for the duratlon of the Agreelvent, insurance agalngt cl for Irdukes, to persons or damage to property w1fth n9ay arlse from or In connection with the performance of the work hereunder by the Contiactor, U'reir agents, represertatives, enriployees, or 5ubc'ortractors. A. Ntlnkriuni Scope of Insurance Contractor shall obtain insiHance of the typras described below� c7 en era I LAWItty insurance shad The written on� T xu SC) otrrence form 00 (H and shad cover labllRy arisilng 'from preinises, operations, irdelpendent contractois, products-carnrOeted operations, personal injUl-y and advertising iAdLAry, and Ability assumed under ari insured contract The Oty shaU be narned as all 015Lrred under the Coi ibacto 's Commercial General k lability insurance policy 1N[th respect to the murk perfal.lrlra,od f()I- ti-10 , City JlSlng J50 additiona I insured endarsEnnent CG 20 10 1 1 85 or, a substitute endewserrent providing ecpjivalent coverage, 1B. Wnhlnitlln Amounts of Insturance (,oliti actor shall maintain thf- f0flOWIlly 1111")ILS: 1, cornillerciHI G(merad Liad;flllty insunince shi'Al be wi itLen w1h lirnKs no than $1,00D,D00 anajch occun'en(;(' , $2,000,000 qxrv,-ial aggircgoto and a $2,000,000 pro&]CtS COMPJ',xIWri al rerrai,1011 1�; aggregate limit C, Other Inumiraince Provisions file "awrance es re cia , msm , npd t Og pi ovisions fcMr All Umnuhfle hz'AhihLy and crall Genoral Li'alliflity Me inswancc' uovc"rr'.hqe Shall far_. %Lwanroas rnsrwci fhe Uty. Any cr w5umnce pool cowwage Wnhwined 1W Me Uty shad be, ex(x.,ss of II'le CrjnUactAor's rnsurarice and shalli not contribute With it, 2, Cojptjrrajft� ['S jjriurarlcc shA be orldorsed to state Lhat coverage shall not be cnncWWK by ether pany, exceW. Wei EXHIBIT B (Continued) thh ty (30) days prior written notice by certified inail, return wdiat requested, has I.wen given tD the City. 3. The City of Kert shall be narned as an additional insured on all pokles (except. Professional I labllRy) as respells wor1c ppi-for'n'led by Or on behalf of the contractor and a copy of the endarsernenL naming the, City as additional insured shall The attached to the Jujfaqr oij!;e, Tile City reserves the doirt to roceive a certified copy of ail required insurance polides, The Contractor's Conirn,eircial Gencral Lialollity MSLArance shall also contnin a clause statirig that coverage shaill apply separaNly to each insured aglailr s It whorn claim is made or suit: is brought, except w0i respects to the limits of the insum-'s liability. D.. Acceptability of Insurers Insurance is to be placed w1th AWN'PTS witch a cMu miA AX Bust rating (if not less than AML E. Verification of Coverage Contractor �-mhall furnish the City WHAI original certificates and a Copy of the arnendutoty endarsements, inc4uhng but not necessarkly IhAted to the addlional insuired endorsement, evidendrig the insurance of tile Contrar"'or before of the work. F., Subcontractors (',ontiactoir slhaH hwlmle all subcorib acturs as kmau ells under its pohnes ai ME Furksh s(:.-lparatc co roc ates wid endorsennerits for each si.,Iicontrr'ictor, AH coverviges for subconwaoms shall M SUbjeCt W all of the sam; insurance roquircirnei its as e,'tated hereil I for dhe Cori.], POLICY NLJMBER GLA948327902 COMMERCIAL GENERAL LIAMLITY CG 20 12 06 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, ADDITIONAL INSURIED - STATE OR GOVERNMENTAL AGENCY Off SUBDIVISION OR POLITICAL SUBDIVISION - PERMITS OR AUTHORIZATIONS This enduvernent modAs wwamn prc-odo,0 uridF4 1ho fol owb)tj: COMWERMAL GE`NERA I ABILITY COVERAGE PART SCHEDULE .... . ....................................... Elate Dr Governmental Aglan' r StaladowI i n Or PolIti:cal Subd!III!! As required by wdRen contract, agreement rw pernAt, aarf executed prior to the loss. ...................... ............... if not_"L.ww ail Lovu,_will sl Irrvn ivi, the 1)(slaiatoos Section H — Who Is An In: is arnended to kv 2. c udo an on Insured any MaW nr qwmmnianr1a 0gaw a. Tochly hjury% "proporty damaga" ni Towwal cy or modivAhn or political subdivirikin ihown ni t1w, and odWang kip," w4mg and of Wcrubws S(ModuIc, �aibjnct to tht, Pollowiitg provisjon,,;: howforniad fu OL k.,,,dewn govoirk"IEri, stale or 1—Mus mrawaicnapp[as orly W =rrrspwA W opers- nwuKqmhQ; or l0ns pon"lorned by You 01 o1i your boliall for which 1), "Brxhly oj�o p y` (11 rCiou'r(y dornago", mcludod Hw ,I ate: or goverrinuntril afgoincW or 5uWahn or wilhin [Inc, producls-coniple[ed alpeiathnns pMMud WWWWri has &mad a peradt or atahcr- hazard". i/ad(at CC; 20 12 05 09 10 Irmnance Sew4us Olka0c , 2008 Pa Y c I of I Wolio il;K,4 wo lowl c ri I:;1!1 vk:wn r r&" F IU i ���A�'4. Ip 4,.�,F dam,.p .BR .uI dM� M I NSUIIRa'�4k°'CM:�::., L1r11r liw i. Tu lkS CF.Yt'1"IF'IGJWtlE Ih IE,RUL"U AN' A 9NATTER. OF IRFORMA+TA?N 4NLL r AND CONFERS NO RIIQHTS tUPQ 'T11iG"' OFRTIFICAT'ENIGDLC?FPd 'UF115 CERAFICATE DOISE NOT AFFIRMATIVMY OR NPA:kAMTIWEr X AN1EW EKMkD OR. WAR THE COVERAGE ATFUY DIFIJ BY THE POUCHES BUCK 'TPIIS CLWW'ICA E OF IN5URANOF; 000 NUT CONSTITUTE A C ON'CIRACT Y,1U,1'IMFRN THE I'WNG INSURER{'.S"), AUTHORIZED REPRESENTATq'F OR PRODUCER,AND 111E.it ER'NFICAIL, IhIULboR. IIMPORIANT': I1 IPn c1ertdPi+."l3tc Irvnl[Vcr fa no AbCMI'YlIGNAI YN 'UREO, Naq perlwcYURsI rrlim Pm 01-v arnmM.. 11 rUC,%R bE3ATICIN IS WAII,LCI,All t>jrAsil:fn_. Tho tanns and e.nrrcNFims W Tim I>¢oI p.com ain poll In o may rcWI A M an Y:rIaI(L"Nmmv A estwt mom on dth; unkf ava ones not cmrlrmr'r4pts Io Shay collf a,als holtlnr In Neu of such un¢Iurrr LIT-111',Iz . ...._...... .. ......_...._.________._.._.�._......._..... �. .,mm o lzauNu.ua .� "C"aliT'inCr ............. ... .. .... ...................................... NAMW R1;1I Ttllirnrur Ngarv]. a��Nn hall `17'r-"0Ca 9- dCY.? Uolla;ruo WA08(' dt4 rt,r>nryy —. ,,,, rryNancM IT Jnor uauoN rPwr ran4aV MAC lhIs1VA.°rtN PHm h AmvlHom lrryu 11 ox Go lumillf;Ll 1Mf:II k r u Im nr,'!m GlInranhl=,&I Aml It Ns Mlrl p✓U,1111Y;JIin F.1PYlu ui,In;RA.. n6. I(kMm K n WA 98103 Io-mm,;l r Wtgq RPIt 17 ....... ...... ,......, IMr+IItiYF Ill _ _ _... —r. . .,,,,,, ........... . .......,........ .._. . .... . ............................................. COVERAGES IsER"f1EIGA.EE NUMBER; .N.EV151(7N N�V.IMETE.h": "YII I,TO GFI TIlY T' tl7 P "fl lr7LGl!'. )d Pll'/IP17 NMTb +._ J 1 F hLN u 673 I L �7d IHfi: I'IY,.I<,v or r'tFf7E: 1NbICAYLs.. Gtlill IVI I'Id T'A.IJI'kIN(.» ANY AF(9a1@dh'.ENO TEAM ON P:A"70dIMYmN OF RNT C ONMACT OR UM MR E5 WIxWNT WaH Irl k.I^'T" TO W1 9iW 7T S CC-T2III ISIE MAY BE 6fWRI OR M" WMAIN TIIL INSIRAM P MIAW )".C] NY 1191 l,"Ill':IF:u f)(I ICSCIN 1$ �rIIS.IC(l IC AA I)L IN NPOMS, Ekl i 11„r4$4H ANf"I l6iral1l Yld!6'i r rl ^'a 1C;H I°or I,Ir I{!),LIFAfI.,'sN"GJ'!"FN dWp,V I ill Jl IiI F.td I+LI Il1CIf:U B",'{dIU f'LAIMI&. N nunt ;ulrl(W _... rrnarlrr_.� PrL llxlmd. _ �IM}91r.I,,,.. .. .Pull oll la urnrefN .......!lh31�.iJ.Y1.LL_ PaLIY;i'VUN4dLR M WHtf NYYYp,.jIWr4 TTlYTJ.I rldN l4 A r r ftlFa LLu4W.&HY I GLA918221%2 Ml N,nif 13 1 Tlk.1 Yf11.9 C1OD 00 7f crlwo-m-MTr rI,r lAsrz+.I IP UI u7� "rinnlrtk r7 r2M;F( lr .y741(1CXt) k rirE l v I x; r,[ Lh,,ml.V.IM1R � X ,a 'r I � ru h , nnr cu rr.a,) 5 1'1111gN . TI a :Ia lKd,lY✓Iw.Vular g IPAY rfpfLo,7 +LIIFrarrl A{��q1 r of r�+SiTI i rkJPI I nin our`S nIC 1Alr'III fV 111 . .R..... .:. ........ ........ ..(ItGnI lY .QMwU Ai,�. . c....77413 UG17 " � ' IF14�dLrC ' A[ LW fLAR12Ylz 1IT( UJU$I a2C13 �lS7C11A u r I A C AW A il) j 111+If IY I N I tv f i r l amb :e A[I4'dNU3 C'r III ITII II .. ... _ _ f I11L Idyl ; vIl 1 ,Ir Y xNl�� aoan Ir 31 VJ A�.i11 MVII fIN(PI I � �rI CIII IRI Sll'vlr �� 1 ffiVYII H iNtJ _ 1 > UMEIt%tl! II�H 1 ("Al Pnr r Illnui'.rrrN $ I4 _nH I I I I „y1 V r r A w,lflul rr ra"klmll PrN(nP (IL fix)8f9 h!d'flll I Ao"r,aW IINH haN TrlLClufprY mu n rry al ;d(Ji:9 AdW201A Ia rrIV S Iw .. r lrr IVaNLP1 ru ?l,.r af. ,IIf Yl �� l,Il,.Ontlh :'#lfsl"(dA'" IIPCHACA rota I (IIIlIWU !I IP+B'f Mtllr bflK,l 111" l N!M - - IIAurYnWrfPnNI11EAW aW b Boom u I 11 +II tIr1Ud{I INNt'iTle ^„ll loop _ lu 4/74 cf,l6 11110 11!(Idl htllr r ,I.I d I p PC,,xl 101rl;I P I,Ire,,x44ta(ION,I II I K 1 1 ry14lmI I A,gV$ III Y IAA PJv,LdI fA nl I., Y'.xl i.iIv ant 10 IFi IYo ur i drvi Fta9: ,In^r,l 11 r+ F"ovultrl lrp?;I NN,1)I,r'➢1 � 1t;7 P, 111v,r nlfl.nl,7.lum I"I IpN@A°r..l In tN f,lr;rn'ne;J,"ti duall"I<r�All f,l'}.rrf lCf,nCI unBl,rb',N rr d�1NNIdIun:Pl ln;l ar r°N)Iurr f vm'Ir,I s,ln r4 Mla),r f„;N71,�rlmi...;lll II.f I,IR NCPIn^cl. GFId1flRCA110 NSTV UER CA,NC:,LI LAtION ',il ?IIJJAW OF TNFA80%E17&z,:t,ItINLIT*G7t.l rai.,r 1.9IA,MNC;f,I WIEUN'I: ^IIM VI TMTIf9W DMT TIMID EOF. WYNC E Wdll,L BE DELNEREID N ACC CI DAN E'W II'IHTFIF POLICY f R OA,ONrn, C;,Ily^ aI AIIII ... ..... ... ...........". ____ l(I 'Hjllh Pn+yAru;u na I':wC51P,cWnn wraL�FnI YAPwE .. � ,Ik*6 Cvn ................ ...... ......................... .._.................................... --------------------- _----------------- ___..____ ..,.., )19810 010 AC;ORD tCORP€7RA'TION. All &Wo rn,mmerl, ACORIT 4�201OW4 1 hP ACORFF vuauma muck,logo arrua Iorgisloi ed narks of AUCIRD KENT Agenda Item: Consent Calendar — 7I TO: City Council DATE: June 4, 2013 SUBJECT: CDW-G/EMC Annual Maintenance & Support — Authorize MOTION: Authorize the Mayor to sign a goods and services agreement with CDW-G, Inc. in the amount of $65,209 for the purchase of annual maintenance and support, subject to terms and conditions acceptable to the City Attorney and Information Technology Director. SUMMARY: This expenditure provides for maintenance and support of EMC networked data storage utilized by every user and department throughout the city. The City's current EMC equipment support and maintenance vendor will be transitioned to CDW- G, Inc. as the result of a successful competitive bid process should you authorize this request. A continually poor track record for critical and basic services from our previous vendor prompted the need for us to switch. EXHIBITS: Goods & Services Agreement and Quote #11082803 RECOMMENDED BY: Operations Committee BUDGET IMPACTS: IT Operations Budget allocations approved as a part of the 2013- 2014 biennial budget process are earmarked for this expenditure. `�•/ K E O T GOODS & SERVICES AGREEMENT between the City of Kent and CDW-G Inc. THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and CDW-G Inc. organized under the laws of the State of Illinois, located and doing business at 230 N,. Milwaukee Ave. Vernon Hills IL 60061 (312)705- 6257 Dan Ferner (hereinafter the "Vendor"). AGREEMENT I. DESCRIPTION OF WORK. Vendor shall provide the following goods and materials and/or perform the following services for the City: See Exhibit "A" Attached Vendor acknowledges and understands that it is not the City's exclusive provider of these goods, materials, or services and that the City maintains its unqualified right to obtain these goods, materials, and services through other sources. II. TIME OF COMPLETION. Upon the effective date of this Agreement, Vendor shall complete the work and provide all goods, materials, and services by 4/5/2013. III. COMPENSATION. The City shall pay the Vendor an amount not to exceed $65,209, including applicable Washington State Sales Tax, for the goods, materials, and services contemplated in this Agreement. The City shall pay the Vendor the following amounts according to the following schedule: Annual Renewal April 5, 2013 - April 4, 2014 GOODS & SERVICES AGREEMENT - 1 (Over$10,000.00, including WSST) If the City objects to all or any portion of an invoice, it shall notify Vendor 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. A. Defective or Unauthorized Work. The City reserves its right to withhold payment from Vendor for any defective or unauthorized goods, materials or services. If Vendor is unable, for any reason, to complete any part of this Agreement, the City may obtain the goods, materials or services from other sources, and Vendor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Agreement price specified above. The City further reserves its right to deduct these additional costs incurred to complete this Agreement with other sources, from any and all amounts due or to become due the Vendor. B. Final Payment: Waiver of Claims. VENDOR'S ACCEPTANCE OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY VENDOR AS UNSETTLED AT THE TIME REQUEST FOR FINAL PAYMENT IS MADE. 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 Vendor 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 Vendor maintains and pays for its own place of business from which Vendor's services under this Agreement will be performed. C. The Vendor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Vendor's services, or the Vendor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Vendor 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. E. The Vendor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Vendor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Vendor maintains a set of books dedicated to the expenses and earnings of its business. GOODS & SERVICES AGREEMENT - 2 (Over$10,000.00, including WSST) 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. VI. CHANGES. The City may issue a written amendment for any change in the goods, materials or services to be provided during the performance of this Agreement. If the Vendor determines, for any reason, that an amendment is necessary, Vendor must submit a written amendment request to the person listed in the notice provision section of this Agreement, section XIV(D), within fourteen (14) calendar days of the date Vendor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Vendor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Vendor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Vendor shall proceed with the amended work upon receiving either a written amendment from the City or an oral order from the City before actually receiving the written amendment. If the Vendor fails to require an amendment within the time allowed, the Vendor waives its right to make any claim or submit subsequent amendment requests for that portion of the contract work. If the Vendor disagrees with the equitable adjustment, the Vendor must complete the amended work; however, the Vendor may elect to protest the adjustment as provided in subsections A through E of Section VII, Claims, below. The Vendor accepts all requirements of an amendment by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. An amendment that is accepted by Vendor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VII. CLAIMS. If the Vendor disagrees with anything required by an amendment, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Vendor may file a claim as provided in this section. The Vendor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Vendor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Vendor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Vendor's claim; 2. The nature and circumstances that caused the claim; GOODS & SERVICES AGREEMENT - 3 (Over$10,000.00, including WSST) 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Vendor is asserting a schedule change or disruption. B. Records. The Vendor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Vendor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Vendor's Duty to Complete Protested Work. In spite of any claim, the Vendor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Vendor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Vendor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). VIII. LIMITATION OF ACTIONS. VENDOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR VENDOR'S ABILITY TO FILE THAT SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. IX. WARRANTY. This Agreement is subject to all warranty provisions established under the Uniform Commercial Code, Title 62A, Revised Code of Washington. Vendor warrants goods are merchantable, are fit for the particular purpose for which they were obtained, and will perform in accordance with their specifications and Vendor's representations to City. The Vendor shall correct all defects in workmanship and materials within one (1) year from the date of the City's acceptance of the Contract work. In the event any part of the goods are repaired, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for one (1) year from the date such correction is completed and accepted by the City. The Vendor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Vendor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Vendor shall pay all costs incurred by the City in order to accomplish the correction. X. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Vendor, its sub-contractors, or any person acting on behalf of the Vendor or sub-contractor shall not, by reason of race, religion, color, sex, age, GOODS & SERVICES AGREEMENT - 4 (Over$10,000.00, including WSST) 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. Vendor 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. XI. INDEMNIFICATION. Vendor 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 Vendor'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 Vendor's work when completed shall not be grounds to avoid any of these covenants of indemnification. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE VENDOR'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. In the event Vendor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Vendor's part, then Vendor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Vendor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XII. INSURANCE. The Vendor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit Exibit "B" attached and incorporated by this reference. XIII. WORK PERFORMED AT VENDOR'S RISK. Vendor 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 Vendor's own risk, and Vendor 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. XIV. 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 GOODS & SERVICES AGREEMENT - 5 (Over$10,000.00, including WSST) 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 XI of this Agreement. 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 Vendor. 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 Vendor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Vendor'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. GOODS & SERVICES AGREEMENT - 6 (Over$10,000.00, including WSST) VENDOR: CITY OF KENT: By: By: (signature) (signature) Print Name: Print Name: Suzette Cooke Its Its Mayor (title) DATE: DATE: NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: VENDOR: CITY OF KENT: Dan Ferner Sean Kelsey CDW-G Inc. City of Kent 230 N Milwaukee Ave. 220 Fourth Avenue South Vernon Hills IL, 60061 Kent, WA 98032 (312) 705-6257 (telephone) (253) 856-4611 (telephone) (312) 705-6457 (facsimile) (253) 856-4700 (facsimile) APPROVED AS TO FORM: Kent Law Department [In this field.You may enter the electron l c fi l spa N where the contract has been saved] GOODS & SERVICES AGREEMENT - 7 (Over$10,000.00, including WSST) 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 20 . By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 1 of 3 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 2 of 3 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 20 _. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 of 3 give^+ Quote To:Oty of Kent,We w�'p, Quote A11082803 Dan Eemer G CGWG Contact Chris Beagle Ini at Party Nul WAWWIk Ini at CIA of Kent,24611 116TH AVE SE,KENT,WA,US INUAT 11.1 SOLWAYMM1E Ovopq cA t 9ulte,FORK, ED, A...A FAI FOREEM N9 Prce {yAK¢Il SHARE MZAerv— 1—Gel 'Eri Pilo' um,,,AA ate .111,4." Im"I ARRAY NO SHOP ORT PORTS FACTO Or OR AS DOOKE E UPPORT FOR F1 SHOP ORT SELLS �REM GIG PORTS UPPORT FACT CONTROL HAS DOOKE E Sac SUPPORT uU .1. 3z 413]0 2.34031 CON.AN 1. aAKi N1n1A 12A8705 I a CITYOF KE.T CITY HALL CFO FILL AGE S KENT CUP us IVA. SEAT CHAT., aglel Bul D"Mi 4, ALTO"M� qs ev2 "E" Dr.. MbIl21R,y CovuAie ftart CcvyaTe The PTe9 OAe Ervp Ty ONe ARRAY NO S UPPORT PORTS FACTO Or OR AS DOOKE E UPPORT ONE FC ITS SHOP ORT SELLS �REM WAKE F1 SHOP ORT DRIVES SHOP ORT GIG PORTS UPPORT FACT CONTROL HAS DOOKE E FA c SUPPORT uU .1. 3z 113]0 UPPORT DEAD UPPORT DEAD 2 COMM N FLY SUPPORT .POWERPATH OPEN ROD 3 COMM N FLY SUPPORT &POWERPATH OPEN ROD THIN. M 3,191.00 AE Ff"Al 3P.111 Nal$RD e8u5tedly$5$,$B0V "am BUMekW I$2210.30 Grmd ToW O$59551 W EXHIBIT B INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 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. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. EXHIBIT B (Continued ) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. CDWLLC CERTIFICATE OF LIABILITY INSURANCE DATE(MM/10/1/2012 YI 012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Commercial Lines-(617)330-1005 PHONE Fax AIC No Ex[: AIC,No: Wells Fargo Insurance Services USA, Inc. E-MAIL ADDRESS: 699 Boylston SE 6th Floor INSURER(S)AFFORDING COVERAGE NAICM Boston, MA 02116 INSURERA: Travelers Property Casualty Co of America 25674 INSURED INSURER B: Charter Oak Fire Insurance Co. 25615 CDW Government LLC INSURER p New Hampshire Insurance Co. 23841 : 230 North Milwaukee Avenue INSURER D: Beazley Insurance Company 37540 INSURER E Vernon Hills, IL 60061 1 INSURER F: COVERAGES CERTIFICATE NUMBER: 4975696 REVISION NUMBER: See below THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR POLICY NUMBER MMIDDIYYYY MMIDD/YYYY A GENERAL LIABILITY 6600252P993 10/01/2012 10/01/2013 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTEDPREMISES Ea occurrence $ 1,000,000 CLAIMS WIDE1XI OCCUR MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER'. PRODUCTS-COMP/OPAGG $ 2,000,000 POLI CV X PRO LOG $ JET B AUTOMOBILE LIABILITY Domestic Auto 10/01/2012 10/01/2013 COMBINED SINGLE LIMIT 1,000,000 Ea accitlenl $ IXX ANY AUTO -BA0239P1 OA BODILY INJ URV(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON OWNEDPROPERTVDAMAGE HIRED AUTOS X AUTOS Per accitlenl $ A X UMBRELLA LIAB X OCCUR CUP0252P993 10/01/2012 10/01/2013 EACH OCCURRENCE $ 5,000,OOOUSD EXCESS LIAB CLAIMS WIDEAGGREGATE $ 5,000,OOOUSD LED RETENTION$ $ WORKERS COMPENSATION X WC STATU- OTH- C AND EMPLOYERS'LIABILITY YIN 086476351 (AOS) 10/01/2012 10/01/2013 1 TORY LIMITS ER C ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? ❑N NIA 086476352 10/01/2012 10/01/2013 (Mandatory in NH) (MA,ND,OH,WA,WI,WY) E.L.DISEASE EAEMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE POLICYLIMIT $ D Errors&Omissions V12FD6120101 10/01/2012 10/01/2013 $5,000,000 per claim -Claims Made&Reported $250,000 Retention Rolm.Date.OP/010/05 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) Evidence of Insurance CERTIFICATE HOLDER CANCELLATION For Evidence Only SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 'f)1 The ACORD name and logo are registered marks of ACORD ©1988-2010!/ACORD CORPORATION. All rights reserved. ACORD 25(2010105) (Th,,ohm-,e�pu—�hmmse Agee,08 rupee—9z8i 012) give^+ Quote To:Oty of Kent,We w�p,p, Quum>`66062693:Dun FarnarNCGW-G Cui CM1ris Geugle InsFallat Party Number: Instill at City OF Kent 24611116TH AVE SIC KENT,WA,US .Om. Eer al Humb Mnm ObalM on Sli9ptb0 Any Anrr. "Bu Renews NN Pe ce. ChyM q. Numtie Ha."NAA Cmewde Stan Awe a Pr a' HnPeyd ame RAN rymate WDHo ARRAY N SUPPORT ISCSI Fog PC FAG70 By OR HARD—RE FIELD IN STALL sulloR, ulloRT ARDAVARE DRI LED SUP CRT FILE POSTS SU"oRT FA 11 STAHc rom INSTALLf UIRally e Irybl MRoaF !d2 ME>Y Nam ev127LB705 TPRI.1 CITY 0 F KENT CITY HALL 220 Pit ACE S KENTSEA us cmimp ' baa Numbu .1 moue pr on Si.1ON any Anal ,Renews Renews Hd PeIU Numue "Arry.l. AwArOal p AwetBe ae AnAy NASA wDHo B CACTI dE HARD—RE ARRA NO sullo AT I SCSI to 9 PC G70 By OR ARDAVARE FIELD IN STALL SUP CRT ulloRT IT OT SPARE sullo AT BELL ulloRT FILE POSTS sullo AT FA 11 STATION S Hc rom INSTALLf TUUI DOLE PC�NABLED SUPPO AT ulloRT FELD UI 1Plickrtovl Bri14 HarCwam Sabtoml165o5H0]9 ''...Sbfiwam SabNHUNI.S 2974,10 Grand TaFal 0$59 551 09 KENT Agenda Item: Consent Calendar - 73 TO: City Council DATE: June 4, 2013 SUBJECT: 2014-2019 Six-Year Transportation Improvement Program - Set Hearing Date MOTION: Move to set June 18, 2013, as the public hearing date to consider the DRAFT 2014-2019 Six-Year Transportation Improvement Program (TIP). SUMMARY: The Draft 2014-2019 Six-Year TIP represents the City's proposed trans- portation improvement work program for the next six years. It includes planning studies, street, bicycle, pedestrian, traffic signal, and transit improvements as well as street maintenance and preservation projects. Including these projects in the Six-Year TIP allows the City to look for funding partners and apply for grants. All of the state agencies require that every project submitted for a grant application must be included in a City's adopted Six Year TIP. EXHIBITS: DRAFT 2014-2019 Six-Year TIP RECOMMENDED BY: Public Works Director BUDGET IMPACTS: None i CITY OF KENT ASHIN T N SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM 2014 - 2019 � e II t'v�a—�. `�'.°Y`a... _�:_h. 3Anu £.i ' �4rn'.A•'+'�_� �i Mayor Suzette Cooke T Timothy I LaPorte, PE, Director of Public Works CITY OF DENT SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM 2014 m 2019 Table of Contents: 1. Resolution adopting the 2014 - 2019 Six Year TIP 2. Introduction i 3. Listing of the Projects 4. Project Descriptions 5. Map of the Projects 6. Contact Information i On the cover: Street Preservation project on 104th Avenue SE CITY OF KET SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM 2014 - 2019 This page intentionally left Blank i For Resolution j i CITY OF (CENT SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM 2014 - 2019 I i This Page Intentionally Left Blank For Resolution i CITY of KENT SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM 2 1 - 29 Introduction Overview The 2014-2019 Six-Year Transportation Improvement Program (TIP) is a short-range planning document that is updated annually based on needs and policies identified in the City's adopted Comprehensive Plan and 2008 Transportation Master Plan. It represents Kent's current list of needed projects that may begin work in the next six years. The document identifies secured or reasonably expected revenue sources for each of the projects. The Six-Year TIP serves as a draft work plan for the development of the local transportation network. Once adopted, the TIP helps to guide funding and implementation priorities during the development of the transportation portion of the Six - Year Capital Improvement Program (CIP). The CIP can be considered a subset of the TIP. The CIP shows the City-funded portion of projects and is constrained by current budget forecasts, whereas the TIP shows the complete project list with the variety of funding sources and partners involved. Mandated by State Law State law requires that each city,develop a local TIP, that it be updated annually (RCW 35.77.010), and that it be submitted to the State Department of Transportation not more than thirty days after its adoption but before July 1st. It,represents an important planning component under the state's Growth Management Act. For cities to compete for transportation funding grants from Federal and State sources, granting agencies require that projects be included in the TIP. The Six-Year Transportation Improvement Program may be revised at any time during the year by a majority of the Council, after a Public Hearing. How is the 2014-2019`SIX-YEAR TIP different from the previous year? PROJECTS ADDED PROJECT TYPE COMMENTS #5-- Traffic Signal S stem Upgrade Enhancement Grant awarded @ 100% #6 -- Panther Lake Signal System Enhancement Grant awarded @ 100% #16 - Willis/BNSF rade se aration Safety Congestion/conflicts/coal trains #17 - S 212th/BNSF grade separation Safety Congestion/conflicts/coal trains #19 - Willis/UPRR grade separation Safety Congestion/conflicts/coal trains #20 - S 212"' /UPRR grade separation Safety Con estion/conflicts/coal trains PROJECTS REMOVED Kent Kangley Road & 108T" Ave Operations Combined with #21 - 108thAve Intersection Improvements Enhancement SE Extension Transit Now Partnership with King Transit Combined with #43 - Countly Enhancement Community Based Shuttles OTHER #34 - Street Preservation Maintenance Now shows full estimated cost CITY OF SCENT SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM 2 14 - 2019 I This page left blank . i CITY OF KEENT 2014-2019 SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Project Name Number Project Location and Extent 1. Southeast 2561h Street Widening, Phase II SR 516 (Kent Kangley Road) to 116th Avenue Southeast 2. Kent Kangley Road Pedestrian Safety Improvements 104th Avenue SE to 124th Avenue SE 3. South 228th Street/Union Pacific Railroad Grade Separation Grade separation crossing at Union Pacific Railroad 4. 72"d Avenue South Extension South 200th Street to South 196th Street S. Traffic Control Signal System Citywide 6. Panther Lake Signal System Integration 7. Safe Routes to Schools.Improvements at Horizon Elementary Horizon Elementary School, 27641 144th'Avenue SE 8. Safe Routes to Schools Improvements at Meridian Elementary Meridian Elementary School,25621 140th Avenue SE 9. Safe Routes to Schools Improvements at Meadow Ridge Elementary Meadow Ridge Elementary School, 27710 108th Avenue SE 10. !Sent Regional Trails Connector Green River Trail to Interurban Trail at S 218th St 11. James Street Bicycle Lanes Interurban Trail to Washington Avenue (SR 181) and 800 feet east of the Green River Trail: 12. SE 208th Street & loath Avenue SE (SR 515/Benson Highway) Intersection Improvements Intersection Operations Enhancement 13. South 224th Street Extension 84th Avenue South to 104th Avenue Southeast (SR 515/Benson Highway) 14. Central Avenue South Improvements Green River Bridge to East Willis Street (SR 516) CITY OF KENT 2014-2019 SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Project Name Number Project Location and Extent 15. Willis Street and Central Avenue Intersection Improvements Intersection Operations Enhancement 16. Willis Street (SR 516)/Burlington Northern Santa Fe Railroad Grade Separation Grade separation crossing at Burlington Northern Santa Fe Railway 17. South 212t" Street/Burlington Northern Santa Fe Railroad Grade Separation Grade separation crossing at Burlington Northern Santa Fe Railway 18. Military Road South at Reith Road Intersection Operations Enhancement 19. Willis Street (SR 516)/Union Pacific Railroad Grade Separation Grade separation crossing at Union Pacific Railroad 20. South 212t" Street/Union Pacific Railroad Grade Separation Grade separation crossing at Union Pacific Railroad 21. 1081" Avenue Southeast Extension Southeast Kent Kangley Road (SR 516) to Southeast 256t" Street 22. Smith Street and Central Avenue Intersection Improvement Intersection,Operations Enhancement 23. a 212t" Street and 72"d Avenue South Intersection Improvement Intersection Operations Enhancement 24. SE 240t" Street and '104t" Avenue SE (SR 515/Benson Highway) Intersection Improvement Intersection Operations Enhancement 25. Military Road South Widening South 272nd Street to Kent-Des Moines Road (SR 516) 26. 132nd Avenue Southeast Widening - Phase I Kent Kangley Road (SR 516) to Southeast 248th Street 27. 132"d Avenue Southeast Widening - Phase II Southeast 248`h Street to Southeast 240th Street I CTI'Y OF KEl® T 2014-2019 SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Project Name Number Project Location and Extent 28. Kent Kangley Road (SR 516) and 132"d Avenue SE Intersection Improvement Intersection Operations Enhancement 29. South 260th Street and Pacific Highway South (SR 99) Intersection Improvement Intersection Operations Enhancement 30. SE 256th Street and 104th Avenue SE (SR 515/13enson Highway) Intersection Improvement Intersection Operations Enhancement 31. South 212th Street and 84th Avenue South Intersection Improvement Intersection Operations Enhancement 32. Meeker Street and Washington Avenue (SR 181) Intersection Improvement Intersection Operations Enhancement 33. South 272"d Street and Military Road Intersection Improvement Intersection Operations Enhancement ONGOING CITYWIDE PROGRAMS 34. Street Preservation Program Ongoing Citywide Program 35. Residential Traffic Calming Program Ongoing Citywide Program 36. Traffic Signal Management Program Ongoing Citywide Program 37. Miscellaneous Intersection Improvements Ongoing Citywide Program 38. comprehensive Plan Update Ongoing Citywide Program CITY OF KENT 2014-2019 SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Project Name Number Project Location and Extent 39. Channelization (Street Markings) Improvement Program Ongoing Citywide Program 40. Bicycle System Improvements Ongoing Citywide Program 41. Sidewalks, Sidewalk Repair and the Americans with Disabilities Act Compliance Program Ongoing Citywide Program 42. Guardrail and Safety Improvements Ongoing Citywide Program j 43. Community Based Circulating Shuttles Ongoing Citywide Program 44. Railroad Quiet Zone for Downtown Urban Center Ongoing Citywide Program j i Individual project and program descriptions Pagesl - 44 i I t CITY OF KENT SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM YEAR: 2014 PROJECT#I: Southeast 256« Street Widening, Phase II SR 516 (Kent Kangley Road) to 116'h Avenue Southeast DESCRIPTION: Construct a three lane roadway from SR 516 (Kent Kangley Road) to 116 Avenue SE. This project includes bike lanes on both sides of the roadway. The project will, include construction of full-width paving; concrete curbs, gutters, and sidewalks; street lighting; storm drainage; landscaping; utilities; and appurtenances. PROJECT COST: Preliminary Engineering .............$1,100,000 Right of Way Acquisition...............$350,000 Construction ................................$5,550,000 TOTAL..... ......... ............$7,000,000 . FUNDING SOURCE(S): City of Kent, TW I PROJECT JUSTIFICATION: Southeast 2560' Street is a two-lane roadway with no curbs, gutters or sidewalks and a limited street light system. Despite the lack of suitable pedestrian facilities and extremely harsh weather in January 2012, over 650 pedestrians per day walked along this segment of roadway. During peak hours, the roadway cannot acconanodate the traffic volumes due to the large number of vehicles blocking the roadway while waiting to turn left into driveways. The widening of Southeast 256`I' Street also alleviates traffic on SR 516 (Kent Kangley Road) as the two roads serve east/west travel demand. The project will increase the capacity of this roadway by adding a center two-way left turn lane. This project provides a multi-modal connection between improvements west and east of this segment. s �Q 8 t n v c.nan H0'f .4son BFtd "a 0,ntl€1W It E-E'911�FA% F eJ;,EiN. i uVt'et_a[egy go,I v€101 efaekS Cp 1 1 i.,irfuor; r, Ye±P 441if. Ya afegit E7 esirtkes€titr.n[St az"1.PIS ..P f.sa sit rU"Fjia€i�tr,ndiao it tIs iivii n4 !,rd rA],6-h-RB90iipc tY`;xs�speri.e cni';",ea it,jivlrisPl:islr-C.orat Pala;t A)ve 11 a t�1 6)rlra scf,11%VITk 4nI4ie S°Jwk 1 iv&f Iar a l _.O.JStg11,. .I' .far zs -0enrrelaat= soa.4-ou-rorxt tfid 3-r_71d @aus i'rare>po-ta€,an?sfi�x is men>L€os-< �';fafc3 2 CITY OF KENT SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM YEAR: 2014 PROJECT #2: Kent Kangley Pedestrian Safety Improvements 104rh Avenue SE to 124`h Avenue SE DESCRIPTION: Add a new mid-block pedestrian crossing of Kent Kangley Road with median refuge island and Rectangular Rapid Plashing Beacons. Restripe crosswalks and stop bars, upgrade pedestrian crossings to countdown message modules and Americans with Disability Accessible (ADA) standard pedestrian push buttons. There are a total of 8 intersections that will be improved by this project and proper signage will be updated along the entire project length. This project also includes education and enforcement elements. i PROJECT COST: Preliminary Engineering...................$36,000 Education/Enforcement............ ........$38,000 Construction ................$342,000 TOTAL...................... ....................$416,000 FUNDING SOURCE(S): Washington Stale Department of Transportation PROJECT JUSTIFICATION. ,Kent Kangley Road (SR 516) is one of the most densely populated corridors in the City. The section from 104t1i Ave SE to 124°' Ave SE is a congested, mixed land use, Principal Arterial that is a designated truck route currently operating at a Level of Service (LOS) E during the 13M Peak. The majority of housing along this portion of SR 516 is high density 'multifamily housing that generates a substantial amount of pedestrian traffic. This section of Kent Kangley is a high boarding area for transit and is also a popular destination for senior citizens due to the high concentration of shopping facilities, banks, medical offices and senior housing. The project area includes two of the highest collision incident locations in the City (1041h Avenue SE at 256r` Street and 1161h Avenue SF, at Kent Kangley Road). The majority of collisions reported in the project area from 2006-2008 occurred during the daylight hours with pedestrians over the age of 18. This project will improve safely through the constmetion of these engineering improvements combined with education and enforcement. T'.41£S4) Qafrf;;c EPEoFf�?f J.....repi khQk IrAit;,jfeardj MSA rf 'Eg,E£€ A,,n sEa'Oc„-[tr'$ 'e:'c�f c.vfF._ Rn.mrfn�..fe'ttFar: F 14£'�r�- fR.3t;�ll l4't6�RF b(p'q(PhPt Piff§5l1kCFFi�13, (:'*Y3,'t5�: ,£ �L4'PeH';1 ri OJ316 t),�;i3Va.Ltl SPAe'kn fP .I,k }I�.:9 Y,I.z }r;BSOi'P] 'i 3 LeFgdl➢°fkJ[1 4'{I$Y$1� Y H g—kld iige it I enn9 puC Nliun.iph}4S!t �{volo ];d' £R',+ (5fii ImprEtvetiLefo"i,Ir:H P 1,1V 16 fliphhe M,'drul, ifxt 8..Wo P .,,:.f I'An .i,v 1 P '+etf 1 xae Fe,awn mdo.i,c coM_ a P r 0A,;"1; R W6 3 stesR,a f%ibtt 6eq 4Mn�eoi€Roan) J"41'4c' 3 CITY OF KENT SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM YEAR: 2014 PROJECT 43: South 228"' Street/Union Pacific Railroad Grade Separation Grade Separation crossing at Union Pace Railroad DESCRIPTION. Construct grade separation of the 1lnioij Pacific Railroad mainline tracks at South 2281h Street. The project vJfL,.ffic1ud fire construction of a bridge; four-lane vehicle crossing; full-width p vIng; conare�_curbs, gutters and sidewalks; street lighting; utilities and appurtenances, i Ff.._ PROJECT COST: Preliminary Lnginccring � 00,000 � Right of Way Acquisit14n ,...........$2,50(i 000 Construction ... C$+2i 1,0{d0�g0� 0p00 T$}TAll� ;. ..... >49Wpd,a S2 s,11110g0®® I+IJNDING SOIJRCF(S): C'ityof Dent, Port of Seattle, FAST, F'MSIB, LID, Union Pacific Railroad PROJECT, JUSTIFII'f4'i`TO.M The project will lead to a seamless connection between major freight handlers and their, primary destinations. This project will support freight moving through jf�_cnt to the-Pores of Seattle and Tacoma, SeaTac Airport and the freeway system. �irad(` separating this, arlerial will increase ruadv%fay sapa6t! domlasc oon tibn, enharrcc: safety and irnlnovc freight mobility in this corridor and throughout the region. This project will provide regional connections for thousands of businesses, employers, and the 40 million srlmare feet of warc;house/industrial space in the valley. arc 4!r OmOi'..S'I v MnfO I;Pr 0, Bar:€gltt Act;un"0o lima r,r, 1,i CU"Cap ewom,a d or a iunr; tsxicJ ❑ tR,1 B r.a, ( °s cl a ,a rd!ah r tan<ux[& tl j IFi s 7 nrd i fun uen Pt n �t ( =.e17, 7 Rr r(1tgr as ¢ )�rsi atioaa t, ! m as la rEr, ➢..11 E tar reog a a nc n 1?ivLtU. c° E, 2 tP$€t bR4arits s ags36rtmE f ofm S a..rf,riB .aeOCrr t.,rw l eu,c'a.3u [Nd, alf; fPd SrseS,r mi(fo imp ar atnof Ea'aas r,.Euf+,j 4 CITY OF KFNT SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM YEAR: 2014 PROJECT#4: 72°1 Avenue South Extension South 200"'Street to Sozah 19e Street DESCRIPTION- This project completes a missing by constructing a new three-lane roadway from South 200"' Street.to South 196"' Street. The project will include the crossing of Mill Creek and construction of full-width paving; concrete curbs, gutters, sidewalks, street. lighting, storm drainage, landscaping, utilities and appurtenances. i PROJECT COST. Preliminary Ltigineermg . $250,000 Right of Way AcquiItion............ $75,000 Construction .. ..........$2.0'7s T6DTP a2,400,000 FUNIDINCo SOURCE(g): TIB,IRggional Fire Authority, City of Kent PROJECT JUSTIFICATION; 'Continued de,9Qlopmcnt in the northern Kent industrial area,, and high F_ lcvel',o"f congestion along West Valley highway between the South 180"' Street and South 190h Street corridors, mandate additional north-south arterial capacity. This projcct provides some relief for South i 801" Street, � South 19,e Street, and South 212r' Street intersections along West Valley IIIg? vay, li. also provides unproved access to the South 1961t' Street d€ lidor 'froin industrial development along 72" Avenue South 17y constructing the missing link between South 200d' Street and South 196"' Street. This roadway cornrcetion provides a direct link from the existing Fire Station can 72"d Avenue SoL'th to the 196"' Sheet corridor, grade sepa ated over bolls the B_NSF and UPRR mainline railroad tracks, d£ alratEeally improving Cmergency reSporse tinif s to a harj.?e, a.iea Cf the Kent Mai ulticturnng/lndustrial Center and warehouse land uses. e_i2 Q- i odes?t«ra lna� ah�O9t an,l 4a �r»3it:il a.i`a xtt, S,6 . sx�€tP. <9run 9(t-pi -e e� nu-cE>-nair7. 9„zoana a._uri lery R ' ti-Ff"w If(.3uho € rt is i❑ u r t "en „f!4,nEll,+ (A f edea a f t ¢u.3t tatraaansts (it: 13 effu rEa 41ks H ss lyd tut„i@ig_¢et f nla,,Epus M bfm S),mwf I ,EI, t 17 Local impr n,om eclat 6I laii i r I E�,t H,' P ixt0k SVorl.s €P 'SVt1.Et ".arsEuo � t .ahvo„'Tu [Fvd; IrD „a n:gfog 9.1 t.im.mri W,evs,-_aaia: eJ �„ntof , s i CITY OF KENT SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM YEAR: 2014 PROJECT #5: 'Traffie Control Signal System Cityivide DESCRIPTION: The City will purchase and install a master signal controller unit capable of supporting flashing yellow left turn arrow (FYI,TA) displays for permitted left turns. This project will also purchase and install traffic signal controllers for approximately 29 indiyfdi6af intersections TO& signals will be modified at approximately 14 intct dons to display iVI,TA signal indications for permissive left turn moverrioots. PROJECT COST Preliminary Engineering . .,.. ...$80 000 Rig ht of Way Acquit tiou .....„ ....... $ti: ,,.. . tinstuction '. .....$324000 T TAL...... ......... .........$400,000 F[7Al)1NQ SOURCE PedtFal Highw>ay Safety Improvement Program (HS1P) PROJEC'T i JUSTIFICATION: The currcuL central traffic signal control system is not compatible with flaslvng yellow 110ft'turn arrow displays I'Or peramssive left tut Inovernents. This type of sivnal .d Malay has been demonstrated to be mush rnore readily understood by rnotorists'and has resulled irk reduced collision rates involving vehicles turning lefttl ii ing persnrssive Left rein signal phases. The upgrade to the legacy central control systern and rr(ote advanced inteiscetioa traffic signal controllers will allow greater operation flexibility and improved transportation system efficiency. £ M1.a(- , ,n,t.r ina'auk ,,LCa red ra t is tPiy�,aeG.;,,j, £':4 fsr :aigteS. ,.,m tr�ay5 t,.r eseY-S al.ec a'a:.n n .tr'.Eatnrr, I €tl'�i11£- ,,hP 6a ooe,r is `ar.a1°��.!c i•;Fa.mene Gtr rrvt(Rr akrj,� r a- 5e.ltrnr 31lCAf All a rn h'ri#Son 11vd7 j €1„.r>.. Ho-elf; . @.0 noion Ir t 0 ry4A 19r %ufzliieti( srn'4,miiioln rk'n III,r 70 r,oeid fni ,l""W"d@ Oj €,I,:,;By F hlidic%vrmi,e 6 vil"t Fu W I rr,r.IM"W( .I G ' I'nl,l(ro rr (,ogi^:r r;r e 9a[,e€I, 11N .'s,as7„r tl.t nr €r,p; nvemel_Roa d I Sill Czl I 6 CITE' OF KENT � SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM I YEAR: 2014 PROJECT 96: Panther hake Signal System Integration DESCRIPTION: This project includes extension of corripninication cable to traffic signals in the recently annexed area of Tarrther Late to allow remote monitoring and management of the traffic signals, replacQ eat of the existing traffic signal controllers to be capable of-displaying flashing yellow left turn arrow (FYLTA) for permissive left turn tilduements and allow flexible coordination of the traffic signals along arterial corridor PROJECT COST: Preliminary Engineering ..... ...$0 Right of Way Acquisrtiori „ 'r:f $0 pf pn .... ,,,.�,$342,04:,; Constru r d >. TOTAL...Al ....... $342 6iDi9 FUNDING S URCE(S): 2013 Quick.'Rosponse Safety Program Federal Highway Safety"Improvement Prograrn (FTSTP) PROJECT JUSTIFICATION: The tralfrc signals in the recently annexed area of Panther Lake are not connected to the City's central traffic signal control system; hence, they cannot by remotely monitored or managed from the City's Traffic 1 Ianaoclo,,nt Ct-finer. � The ntersection controllers are not capable of displaying flashing yellow left turn 1rrow (FYLTA) for permissive left turn movcrncnts. This type of signal display has been demonstrated to be much more readily understood by motorists aid bas resulted in reduced collision sates involving vehicles turning left during pernnssive lcfi turn signal phases. The integration of these signals into the City's signal system will allow operation flexibility and improved transportation .system efficiency i t,4 - n ;,,;01on %fluvanort nine,Alt O,,00p1s at.qI;li 6 Vrv;giro Aciit,i Sivg fir f"tl Iveoet-`t,(fit R:zr�atna Corrt3rfr, P iSSYi._ ,_fu 3✓'„� a� �41',akgk Re .c-.imcnt Hv,tt d [Statef.e A A P,Oo 1 tl;,nw A613tnn riteIilm IF cite I?P1.3Wi, iIful,,d .H IldiI"tiH I Fvll,i Al,E tz. PnaditgoTrttnsit I t,Iiio n SjSlim,,J7 ed.,1PU;1,Si71..✓✓a!r;Y,Ewa,eeOemf 6 itJ i u lg i'C2e IV 1144i"'W",I., 4:,esY Fund s.,w (S!to. J; ,.4 - ,ire,t,zc lsa,�..tpartwimi i,oprturc td t�s.ral;, t'gi trans,�ent.,fiat.:,aspe.,vi,irn.;�oan.i ��Sble1 7 CITY OF DENT SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM STAR: 2014 PROJECT 97: Safe Routes to Schools Improvements at Horizon Elementary School 27641 144'1'Avenue V, DESCRIPTION: Install a paved pathway on the ea,t side of)44th Avenue SE from SE 278t" Street to SE 276h Place insitafl ii"new nvdblock school crosswalk across 140' Avenue SE on the sojith side of the :school driveway. Install Rectangular Rapid FIashtr�g` Beacons at the new,,crosswalk and install advance school crossing signs. This project alsd',lnchrdes education and enforcement elements includijl$ the purchase of an additional Lidar Radar Unit for police,enforecment. PROJECT COST: Preliminary Engineering,.................$9`Q 000 Right of Way Acquistron $'t3 Construction ........ , , ........$220 000 TOTAL....`r„s ...,... 4 3I0,000 F I1NDII C. CYITRCEq� ): W Z)C)T, City of Kent PROJECT . 1US'I FICArI ON: The purpose of the Safe Routes to Schools Program is to encourage more students to',walk acid bicycle to and horn school r�ilhei th, being driven by them parents. Throrigh a combination of engineering enhancements to the built environment plus education efforts aimed at the students and the rr parents, it is hoped that fandlies will rnecease the number of walling and biking trips they make to their local school, { FPft—t en3ccntxot�futF 14un;F;aa7.�u °en�Seiti � Jt�,��°=y5. � Ft•n;lt[2�f,u7.v 3t�gr 4rt .,�Eeed-.-h. tie3e ieEro-ai.a 6�s r[a9an; rIDsFA,- 4, wbil14ohiW 'i,,,,rp,rc 7ane'EI'M B1Vf 11 [SIII) y .A InOtA00 lim lliur [( t�f 01;47f"; kia+vn? x Rtdtvatt,on i t ,._ndj,r:S rt..n^w:vn L.n. .,ua1 ( Eu_rftlt;„as hwal r t,lpi r,,wncnt N;lz h t. 1 "S r ..>iriv'wP, r,unstl,m I d LEI It i]ISit th1 I S,[ `—SvIr , I [tr,In 1Vuf,-r1111 € rov,n 9ntpr„tnwilI =o�n A— 8 CITY OF KENT SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM YEAR: 2014 PROJEA CT 48: Safe Routes to Schools Improvements at Meridian Elementany School 25621 140`j'Avenue SE DESCRIPTION: Install a traffic signal at the fin--e et16n of SE 256r1' Street and 140"' Avenue SE and construct an asphalt-pa' enient walkway with an extruded curb along SE 2561h Street frorn:approximatcly 134" Avenue SL to 140t" � Avenue SE. The traffic sign l'includes a t1'26e surveillance camera and interconnect cable to connect this signal to the;rest of the City's traffic control system. This pf�ect also includes edde'att(?n and enforcement elements including the purchase of an additional Lrdat° Radar Unit for the j police enforcement. PROJECTC0ST: Preliminary Lngine nb ..... i01000 Right of Way Acgtusitiort Construction ....... ; ....,i . ,..3625,000 `' TOTAL—."-, ......e SS35; o0 FUNDING SOURCE(S)R, ',WSDOI, r ityorKent PR(A.IF'C Jt)S'IWATION: Meddian EleYnentary School is located near the intersection of SE 256°i Strc�ot and 140`t' Avenue SE. The school provides adult crossing b lards to help students 61'4ss SE 256'i' Street. The level of development in the area has ircreased to the point that local traffic in the neighborhood and in the cq�juuuuiliesto the east of the school has become especialty heavy at tine afternoon bell times. A full traffic signal would assist th4. crossing 964r&,the school children, the parents and teachers arriving/leaving the school arnd all tic, local motorists to maneuver in an orderly way during times of heavy corrtiict. Currently students most walls or 'bike along a wide shoulder on Sr 256°i Street, This project:would provide an asphalt walking path which would be separated from the roadway by a raised c€rb providing ((dearly cl(dii eatsd locations for pedestrians, bicyc liar and motorists. i.`.P.t`)- �E�w;xBm�Cc7 r(;�e_uat ant Orr 4laixli€ti�[iit.�nt�;G�;ih4 Mrer3izr iQnsa hirxtt_vs t,v l.�ereC4- ..�ltk 6aouaE L,. �EBw: dg3;M @�E rE.. VdrS;rP it rat_ i€ i + f.n€uF;4„ae t�ura,.l,i ➢ i ai :cra dj au:it sd Eae sac=Frs Eie3rt In Urea at[,iEP..t k6xsHri$ )nlarnimEtd�n [�.a:erx ll,[f4 ?3yteldi[. at 4-a:aE��nn N_+z1§ysfem [f c�3-r�11;;.IlY -F err<€ina;u arv,uazn'17who [.,1T'�= r°arh4ir F4�cmtbS r�i�t&jai�.1 e ,ue_(.9iait ��6'—!sm Tiau.vav� as S gcsai E ( crfsr-s1�{ X"s d bzn5�<f'€a t�reaF im�n n�ct:vc�tt�oriaF iS€rticl I 9 CITE' OF KE T SIX YEAR TRANSPORTATION IMPROVEMENT EML' NT PROGRAM YEAR: 2014 PROJECT 89: Safe Routes to Schools improvements at Meadow Ridge Elementary School 27710108"'Avenue SE DESCRIPTION: Install a 6 foot concrete sidewalk with curb and gutter along the west side of 108th Avenue SE from SE 2730,Sh'det to SE 272nd Street. Install a 6 foot concrete sidewalk with,Qui�b and guttey',along the south side of SE 272°d Street from 108ti' AY�e6 SE to 105th Avenue SE. This project will install a new crosswalk:crcisging 10811' Avenue with Rectangular Rapid Flashing Beacons and appropriate signage on the'north side of the onramp to the westbound 277t1' ,:S(r et Corridor. This � Ject also includes education and enforcement<element9' including the purchase of an additional Lidai'R£7dar Unit for police enforcement. PROJECT COST: Preliminary Fngipcgrrt , q... ....$175900 Education/Enforcer ut . .$2.0.000 Ctinstnictiori .....$425�t100 T�STAI .e...e ..e.ar... .............e..$620,000 11 1J V 111 :ST_JI3C L(S) E ity of Kent PROJECT JST1W,'ATION: Few students c:iflentty walk or bicycle to Meadow Fidgc Elementary � School :' The Kent School District provides bus transportation for all students living west of 108tt' (avenue South and for students living north of the ,w ool. This projecl will make the pedestrian envilorn-lent ftlentkkler:0-tr all users and make it an invith'g alternative for parents and students to choose. The City of Kent has a number of programs that cheo-urage p opke of all ages to live a more active lift slyht and makes it a City priority to provide atlaractive walking and bicycling facilities, Once these additional sidewalk facilities tare built and the :-taw crosswalk across 108th Avenue SE with f�ectartgular Rapid Flashing Beacons is installed; it is anticipated that many more families will be enf-ouraged to walls their children to Meadow Ridge rather than drive then to school. i (71,iAQ- )A scitwiou lr.d l th_HEy I t i t fit r-,i 9 :eu. b t d"a later toe N 4 rn=f2- e. i e ww,Co idea; .f l M r2h€ Alohilen St tt�'A 1 ne t.la-t,t flwt d t P7gL!. t ? 1,1h"F l d .a f *a9.., e¢,n.E:aaaa[l dd a. „€al`:S €.�szA Ell o d,vxii(w l Bcd,a'al 1,t R s 1,t miigenirt ofimirt Iiom. +y,ivnpG ltt-d-t:,1J;S_P&, I ("ItrPpga vmnea2t ZDtvtt mt,i' r4,P hFrtwt,nTl Ft,ad l t a¢ ifi] fc],. I' ">us ira :,..asi l'.t 1i'm 5 „ram lk eie:ail; 1 5a @t :armor-ineW l&;at d lYtei+) I 10 CITY OF KENT SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM YEAR: 2014 PROJECT 410: Kent Regional Trails Connector Green River Trail to Interurban Trail at South 218"',%vel DESCRIPTION.- Construct 4,400 foot multi-use trail connecting the Green River and Interurban Regional Trails at a point,approximately mid-way between the South 212°' Street and South 228t1' 51f>et Corridors at about South 218°' Street in the heart of the Dent Valley` This 12-foot wide multi-use trail for non-motorized users will rnGludiktrail lighting to enhance visibility and encourage year round usage. Rectangular Rapid Flashing Beacons and marked crosswalks will be'��tnstolled where the Blew trail crosses midblock at 641u' Avenue South and,,, 72nd Avenue South. A traffic signal for pedestrians and bicyclists o#_ssing mid-block wilDbe installed on 68"' Avenue South (aka West Valley highway/SR 181). A-mcchanism for Performance rrialartoring (counlmg),,will be installed at or near the new traffic signal e .pr'ojcct will install a. steel pedestrian/bicycle bridge over the Mill Creep betwee"11 72° Avenue South and the Interurban Trail. PROJECT COST: p0ium1gsx3,Lngineerrng ........'......$125,000'-' Right of\r('6Acquisituon .......:...$0 Construction ........ $1,17.5,000 i l A a dx. $1,300,000 FUN'IA11'IG SCIIIRC'E(S), CMA0, WSD0T, b ty of Kent PROJECT JUSTIFICATION.. One of tIicihighest priority projects in the City's Non-Motorized flan and Transportation Master Flan, this new trail would fill a missing east/v,rest l'i in the'oity's and the region's bicycle network, it would r onneet two k1he most heavily used regional trails to each other and provide access For tens of thousand's of peop e to a concentrated employmcni (;enter. It would provide alternative mode access to The Dent Manufacturing/Industrial Center's 1,800 employers, to recreational activities along the Green River and the Cneen Riwsr Natural 'Resources A- ea and provide <n lditional safety for all users crm:,ing three rmn_jor arterial streets in an area with a heavy mix of truck tra('hc. 4 &. �- .�,gcat¢n i(rti,;.Nnni aaer 1 tb�ralliy pir3 �t�P;S+'k�i d'eeigiri?�tion�t`rnfz,}10 bvcregt..6 aRft ',S.enr.i<art9r�r: :>0,4cj,I IA Fe,k,,Eii r,Of fldlr. o-usL flitrPe] �N �a�al h'S?;i l�nir3'sp rfurxnsfms �ri,t.<Ei,6I Pttul;i� ar Eon;ror€ Loil S-,Am3,Wedclall,LID— m,il Bur I(w000d DiA( ;,L d"w'rt' Y'iFlac'Wetr'Iss i 9ru.-f Grin eiaa[e€ant -k` Srn.ae, R Ps`orrn:a J!"He' I, de i"ante pm tt.vwhnpv( n,Wknarr r;lAei tt CITY OF KENT SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM YEAR: 2014 i PROJECT HI1: James Street Bicycle Lasses Interurban Trail to Washington Avenue ($lt 187) and 800 feet east of the Green River Trail DESCRIPTICIN. Install bike lanes along Jamcs?;5treet ,from the Interurban Trail to Washington Avenue South (5R 181). This"project will also eliminate the gap of approximately 800 feet at the west eltti of South 240"' Street where it intersects with the Greer'River Trail. PROJE CT COST: Preliminary Engineering ......$150,000 Right of Way Acquisition........ „ .. :...$0 Construction ......... ;Z`,000 TOTAL..aa.. a'A ..$1,375ij00 a D F'IlI` DING SOURCE( ) ST _Crty of Kent PROJECT � ,JUSTIFICATION- The proposed ,bicycle hies_ would complete a missing bicycle link � between the Oia66il river Trail and the Kent Regional Growth Center. This project would provide the first dedicated bicycle lanes to penetrate what bad here-to-for been a barrier to east/west bicycle travel, State Route 16T Bike lanes currently extend easterly fram this paint providing connections to the{fling County Regional Justice Center,Dent Station (an 18 acre shopping and entertainrnent complex), and the Dent Transit Center. Nearby land uses include lnstoric downtown Kent, City Hall and the gent City Center project scheduled to add 164 urban-style apartments tli the downtown core starting in 2014. Pilling in the missing links of this bicycle corridor is expected to encourage more people to utilize bicycling for more of their trip,, The anticipated mode shift from single-occapan( vehicle to bicycle will allow Kent to meet growth management goals while continuing to comply with its adopted level of service staanchirds and federal clean a:h standards. i S'3,AQ—€ n eM4,u191 g,ni �..nO A 4'akirsili fyi 1xedvnr!),FAN 11 's,i ateF, fo, Iv;4 U I r-Sca I Ve . �couvC' iron, rivgyr i++._ a ry.[i€ Yfrr7n3 ?r rn ,;r e tast2ea;t Flour i,t�iu€nLt¢.� [P s•derai�,5f;* Y¢uhii�y.nt )ekr�;1�JF'k Hu ;r}ati uc91 fiurupr ax f ID,H,0i iik VV€lY11, Pubgl —WiAkc r 'rest R'tad n,¢. ,S 1 P—4uu;Hrr P i anspa tamr Pwp,t1 i& 41'1rd 16l3 'E(5antel i i 12 CITY OF KENT SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM ICI i YEAR: 2014 I PROJECT 812: SE 208th Street and 108th Avenue SE (SR 515/Benson Highway) Intersection Improvement Intersection Operations Enhancement- DESCRIPTION: Add dual southbound left stor ge lane on 1087';Avenue SE, widen the receiving lane on SE 208tal St and modify the signal phasing, PROJECT COST: Preliminary Engineering....................$60,000 Right of Way Acquisition ................$75,000 Construction ......... :,,.........$575 000 ....., ..A .710 000 ` FUNDING SOURCES) City{t f Ktt?t, WSDOT (Highway Safety Improvement Program) PROJECT JUSTIFICATION: State Route 515,.also Imown as The Benson Highway or 108°i Avenue SF, is the prinr,jry north south route on the East Hill and serves as a major transit route, With four to rive lanes in its current configuration, this roadway liar been widened to its practical limits. Irnpiovernents to ()ltenseTti6lis along the corridor can leave positr,e fdl'€cis on corridor cotigestio r and improve efficiency. This project would add queuing capacity for the southbound tell tai n movement wliile continuing to provide two Lanes ofthrough travel. orc a1019 rr Q,mAI?� n S..B r'L,ig Eti.a sun -Irate¢, €ts 3 VC ,,Ii- ,,.tfv'fit r..... f >.-'idorp F 'ISM- MA.$[hrz,ta>€h5 .Es;;reS,ias,f,nrne iiu.ud ; 'UwJ,3 ... e¢ inm{f<dr r a it A3E& A ;,ja'E T i"n"Titr we �a�cderal�,i%:� aretet4ii, �f p rarRsye.fama 3y xtc� ji;es;efTMj; LID Coca€€nst (AIUIPIIl Dki ,I6 Vt4 S� &❑€fl, Wori;.a t r¢"s Put,; Law,!( ;hst*1iTV—,;Y�ue€ar, ,a;,,pot i c nr Parosr;ri t i c `.u'saJ,i .ad iz-::zeFPw astc i eataVx u.ra,a z Sw'w', Xta[cj i 13 CITY OF KEN'T SIX YEARTRANSPORTATION IMPROVEMENT PROGRAM YEAR: 2014 PIPROJECT#13: South224uE Street Extension 84`h Avenue South to 104'h Avenue Soutd t(SR 5I5/Benson Highway) DESCRIPTION: Construct a three-lane road from 8'4�,;Avenue South to 104t" Avenue � Southeast (SR 515/Benson Highway), ik ttdl ng new bridges over SR 167 and Garrison Creek. Ihe"project will motQe the construction of full- width paving; concrete curbs, gutters and sidewalks; street lighting; storm (hainage; landscaping; utilities and appurtenances, PROJECT COST: Preliminary Engmecting �3'�000'000 Right of Way At, 'liistlon.............$4 tl ,005�,,000 Construction22,000(1O0. TOTAL., ............ $29 !1 U9D9D n$1 18s..Q, FUNDING SOURCE(S)o City uf`Kent, Lll), TfI$ PROJECT 3d1STILIC A I7(AI dusting roadway sy s1&rn cannot accommodate the current or forecast cast wsi traClic vvlunres betwcero Kenfa East Hill and the Green River Valley floor. In order to meet transportation concurrency requirements of the Growth Management Act, additional cast:west vehicle capacity is ,required. Intersections along South 2081"/212°i Strcct and ,limes/Southcast 240"' streets are also at or over capacitor. !t is not "ible to widen the James/Southeast 240"' Street and South 208°i/2)12m Street `corridors' enough to accontrnodate forecast traffic volumes without additional caskwest capacity be ausc of existing devclopnlent and topographic constraints. MAO ME ,,,Minn xiul as E>EvAO, (W r3e3.a f] 1 A@ .rihd'!Avool,MI"LU"'y Y.. P rare€b ,.ieL-n aconx.r Cln t,l.ror; v RiRYyI-- r ,Aq "ohiPh hv twntB tx€g� ,t..!ct,t 9A f,d't I ,.r.r. , M"S Hao;rd f:Rr-fite2Y€n.,)a .t_rTai).l IEtich6ier sa l.a�e�a>�t'tvk.�aY ,vefan� [Fed�.,(�; 3,Hrl Irrt..oE:ntfreete6rFestf RJiahu`,&'EY'9'P kzUlic".Muelcs 7andlFLni4f „nr iSt4iflt�, i4 Eni!nv'ira+,ioi.a9E�n Pro"I'ar.; rinpEEtrran'1,1; f i 14 CITY GE KENT � SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM YEAR: 2015 PROJECT #14; Central Avenue South Improvements Green River Bridge to East Mllis Street,.(SR J 16) DESCRIPTION: Remove and rehabilitate the existing roa pavement to add service life to the roadway, between t}r 'Green River l3r•dge and East Willis Street (SR 516). This project Will include the removal and replacement of failing pavement sections and a full-width asphalt concrete overlay of the entire roadway. Also included iii this project is the sclottive replacement of curbs, gutters,usidewalks and st>e as well as minOrstorm drainage improvements.' i PRoJEcr COST: Ptehnnnary Engineetig $5 20,00t Right of*4kAcquisit4 $D C6ristruction .......... ....r:.......$4,000,000 7'C}T- «aa . ...,... _$4,500,000 FUNDING 9OURCE(S} f 1 F; City of Kent PROJECT 31IS'PIF'lCA'tlCduIe I']r c,kisting pavement along this section of t cntral Avenue Mouth is exhibiting signs of distress, as demonstrated by "alligatoring„ longitudinal cracking, and cracking of the curbs and gutters, The service ht� of this roadway has bccn reached, necessitating reconstruction of the roadway, 'lhc. sidewalk system is sub-standard ia, many lot ul€>,v: and in need of replacement. ( ',I t o egestfou°G o nf'apui id Ak Q mAii1iY[V,ft a@I, F,kht s iaS V±t: f 6cI, trAtt�,u i rtnAt_tea it6=1FsC('31a Ca iridw 9 tsr,hi b;aicgic III,c LWe,A ili,zo t Siwc I,B 1 S &nbutai I a wit.x�Bcrt r r„¢„itinn [f� thea4[,00€1 R3 wzava 'Eh itittnboii I Fedcrtsl[,tr FIY4 Mgetltt2;,nspm' vttn,_rate;u d [f c,cr'siJ;l I" u.o—Akmpr raV,gw"I Axirnirt,i`JJfI€'—P'11411r Worlis eAu, h[a.i i[5I t�49hi T- 3lerie fpfl-'Spi { mIFo-ra llf Ir '�e".l'e)N- P P 4�o EN;I tic;btu„tio,N m,Pi bl.Hit n t irOfl [-;;iA(G] 19 CITE' OF KEN�T SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM YEAR: 2015 i PROJECT #15: Willis Street and Central Avenue Intersection Improvements Intersection Operations Enhancement i DESCRIPTION Improve the intersection of Willis StW6titnd Central Avenue to provide a right turn lane from southbound on (en[ral Avenue to westbound Willis Street. Project includes sidewalk, curb and gutter replacement and improvements to traffic signal system. PROJECT COST: Preliminary Engineering $40,000 Right of Way Acquisition........ ...$150,000 Construction ...$2b0 000 I TOTAL.... yr L. 450,000 FUNDING SOI) CE(u) City*Kent, Developer Mitigation PR0.IR11 .IPJSTI FICA TiON Tfih 'project is a traffic mitigation requiremcnt for additional trips genera-Led by the k ce It Sta,iorr, Development, The City of Kent will be irreplcinenting this project that is required of the developer. d M A 0- t, aeluon Pa rh,aar;eu li'iti 'ra Ok"'ik`y(f r•d ,arts F' 3 r,re!I Cr r V ur"i, €tte f w u,m P.._rulr,rt F r,4°&S—f rrs,iaf M(4) k 94 iti,,t P,.ill,flt wilt fsa rd IsAMe ],I f A r adrRrt R " ?d?!r a .Pi...: (r 1 .,P]'._IEF 0 r frna, !a6ra- fr�r 0"AI.i F�i IitIeMt ;_rer'dr.it,pmi"r honS:;,teem,I F1'd.n tit I; iM Llmal lnptm rarcrI Pig C r.t; PW'IT Gu69i, ti'rra€aa Me43IFl"r .in.n114"nieI!SFT 1- eaxf,.r.e .r mta1 run 3rogrllr,iIlcdamn]; rrh 3r.tri"por¢tt'arr1rly5('c:It)orrffio,rrdISIatcI 16 CITY OF KENT SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM i YEAR: 2015 i PROJECT #16: Willis Street (SR 516)/Burlington Northern Santa Fe Railroad Grade Separation Grade Separation Crossing at Burlington-Norihern Santa Fe Railway i DESCRIPTION: Construct grade separation at the butlington Northern Santa Fe Railway mainline tracks at Willis Street (SR 516). The projegt will include the construction of a bridge; four-lane vehicle erog�ihg; full width 1' ing; concrete curbs, gutters, and sidewalks; street lighting riltrlities and appurtenances. PROTECT COST: Preliminary Engineering :,.........$2.50,0,000 Right of Wa} acquisition $3"000,000 Construction ...........$24;500,000 TOTAL Al ....a .,,x;,,.$27,000,000 IsUNDINC SOURCE(S). City aX ent, Bwhngtori Northern Santa Fe Railway, FAST, i FMS7B.Port of Sqgtfle, TIB PROJT+CT. . JUST]FftCA'I'ION: 'Phis pio�eyt=supports e i tllsest freight and commuter mobility in the Green River Valley. More,than 26,000 vehicles per day travel on Willis Street, including over e00 freight-.bearing trucks. Tlie level of freight and passenger rail traffic on the BNSF',Railway mainline is also increasing to approximately 45 trains a day plus th6-b:brssibility of another 18 coal trains. Grade separation provides more efficient iia'ovements of goods and provides a solution to the costly problem of congestion; The railroad crossing will no longer impede freight and other traffic flow. Reduction in traffic congestion on adjoining streets and reduced envirofunental impacts caused by traffic congestion is c;xp,�,cted. This projection will enhance Kent as an eeonoone generator and provide regional connect ens for thousands of businesses, W°niployers, and connnuters. CftIA,i—Q n-icetioro- ',md ;,ir 01mli 1', 11 Nd mI„Ir'Val art`iteateg, for i ac€nnzc r.'ridu3. h3caili S,A fr�,r. 8� c„rs.2:rN 00a 7 ,[-.tin],€ r€aars;� s�s pit rlun tut 1r`3iin�f(der , ntj.12£5 LN.�ard R�rbr.uir krederndJ.iTS InM4L, n Gransp¢Ytrumx;,:vlercru Modes Xi];Ljii —lenm Parpeo.crutsalii@.rs SEE iL'rP�' L'ti kdic ki'orka P"4M l'n rw l r„s?r(crtstea S'IT st fiwl 1l anadmt i�t r .urflr, r edc�-aEj; 9�i, f u eirnp x ,ira.r irrrpr a r� :rt Einat.f� is�Pat i 17 CITY OF DENT SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM YEAR: 2015 I PROJECT ##17: South 212th Street/Burlington Northern Santa Fe Railroad Grade Separation Grade Separation Crossing at Burlington"Northern Santa Fe Railivay DESCRIPTION: Construct grade separation at tha tcn Northern Santa Fe Railway mainline tracks at South 212th Sheet. The project I include the construction of a bridge; six-lane vehicle crossing; full width paving; concrete curbs, gutters, and sidewalks; a bicycle facility;street lighting, utTliti s and appurtenances. PROJECT COST: Preliminary Engineering 0000 . 1 Right of Way Acquisition........ $1,5005 000 Construction .. �....$3Q0t10000 TOTAL ..... ....:.. 35,000,000 FUNDING SOU RCE(S) City'gf Kent, FTv4$W, FAST, T113, Burlington Northern Santa Fe Jtailvay . PROJEC`1' JUSTIFICATION: This project supports east-west freight and commuter rnohili.ty in the Green River Valley. Approximately 29,000 vehicles per day travel on South 212th Sticct, tpludirlg nearly 3,500 freight-bearing. trucks. The level of freight and passcngei .,Tail traffic on the BNSF Railway mainline is also increasing to „approxiin*ly 4.5 trains per day plus the hkelihood of another 18 coal trains. Grade ,separation provides more ctTicient movement of goods and provides a sailut104 `to the costly problem of congestion. The railroad crossing will no longar impede freight and other traffic flow. Reduction in traffic congestion on adjoining streets and rede.0 ed environmental impacts causacd by traffic congestion is eybpected. This project will enhance Vent as an coonomic, generator and provide regional connections for thousands of businesses, employcrs and commuters. 4.iC,lil—, r vg 4,ttr<a f4 a1r <a4iiaa i5alAli i}d.dit)'Iaa ucat I; 4 - '3tE'aier,, 1m PA,rcii CVItc'%fte-'1.".1l, rIk�w i a,IN- f reil3M 1i I WA,Uqlr ,;siC get,e%tmcffI l;n aa3 eS9e1,1, V i : #=<1sa a! flt 4tnni! mhwvW24nl II C d 'a(1,f V,; -l:s._n8 Eli miimaion !Fd.n''I ,I lnleigaiat pana,puri4rit. , sitina€11,CTkralj;i,ID IGui€iReUat.erren(Dkli,,P M 6F Pieb9ic:i'af'h, r s,as;;aanli @.o,,,:[z±b i..,11, €'rid . x 1-")'1;toa afi,W 1 11 ell,:a[7 a&€ 11; t 9 i rnaisp;ra Car€ia:a fa.apl ,r RWnI Board weilk 18 i CITE' OF KENT SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM i VEAR: 2016 PROJECT 418: Military Road South at Reith Road Intersection Operations Enhancement DESCRIPTION: Widen all approaches of Military Road S"' at Reith Road intersection to provide exclusive left t4,q lalttos for each '60pi9ach, and exclusive right turn lanes for northbound-,and southbound ttafAC:on Military Road South and westbound traffic or Reith Road. Replace tfr existing traffic signal. The project will include `the construction of full '%yi4th paving, paved shoulders, street lighting; storm drairiaO'utilities and ap 4rtenances. The intersection will acgo miodate the tture bicycle lanes which are planned for both Military 6'ad.South and It- Road. i PROJECT COST: Preltltii"tary Engincerjug $1.80,000, light of WayAcquisrttpn .,.::.......$20bi(lt)0 Construct otl ..... .........$1 800 000 TOTAL ..... � . ......... ...$2,180,000 I'L1T4Ikt NG S11RCY(S) E1F4; City #rent, 3evelopment Mitigalron funds PROJECT .1TSTIFI€'AT'lON— The.#-Sol of development on the Kent West Hill coupled with the growth in 'tbc Puget Sound area and the regularly occurring congestion along berth Pacific Highway South and Interstate ; results in significant congestion at this intersection in the morning and evening peak hours. CtdAQ c vlpOml SP Goed tla utasl A, Qu_lVtg in 3s.aI:i';4 .a I i d'-hl' ciiml :Et afery i�>e a nit KrF rrt[^ d'2caei �tsn'�'is9ot'; 'wrhl L'- 9 4,h,a MIA r bsat tic,i I r"I r1 Irat A 1'State1,9 d^, 9,it111 f i.JY ,..,crhu nkIt a Pion ti elkra3J,iiE h earc6 ' ..InHirzFi i r.ii I'd CT III:t f, rD tv.[ligelti'P'i Ili r-rd.l?ru,4y,PvFsl, ,cde'r.IJ;&,itD LI)UlI§al,r,a)'�m(n,Diviu P_t. P"T€' F o4i Wort 1, i i l"Im F mgd X 1)rty I st"rIc J,S I f, 3,93aa91a'I:fmt„tx,tn .no E alf, f I,&')w]1109!, Itanspa 1 a Gem in,PM J ctu ent sate it[Q'lats.] 19 CITY OF KENT SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM M YEAR: 2016 PROJECT 919: Willis Street (SR516)/Union Pacific Railroad Grade Separation Grade Separation Crossing at Union Pacific Railroad DESCRIPTION: Construct grade separation of thQ �Rfj#bn Pacific Railroad's mainline tracks at Willis Street (SR 516). The projept wI include the construction of a bridge,; a four-lane roadway; full width 'pabing; cilngrete curbs, gutters, and sidewalks; street lighting; utilities and appurtenances. PROJECT COST: Preliminary Engineering ,..........$2,000,000 Right of Way Acquisition a$0 Construction �l$,000,000 TOTAL_ ....... .$20,66. 00 i FUNDING SOURCE(S) C`t-cif Kent 17M r5 l MSIB, POT(chi'Seattle, TIB, Union Pacific Railroad JUS'i'II'+ O I'ION: This project supports �ast­west freight and coimnuter mobility in the Green E ivcr,,V all ov more than 26,000 vehicles per day travcl on Willis Street, including ove S100,freight-bearing Tracks. The level of freight traffic on the UP Railroad>mannlmeti�Is also increasing to approximately 20 trails a day. Grade separations,provide a solation to the costly problem of congestion. 'Ihe railroad crossing will no longer impede freight and other traffic flow. Reductions in ltaffIc eotiRcstion 01) adjoir ing� streets and reduced envnornilerital impal is cgmri ed by traffic congestion tine also expected. This project will onhance lzent as an er01101rac generator and provide regional connections for thousands of businesses, employers, and connnuters. 9 fir;6;3._ tr„._Srtr;PS te„a4oPt sx 8u f)!tMO, !6t6 ,SI;; 1,"S i t,ri^6ia h.,..:,aaid[. ant C¢, rdt, s,31. 4r?Coe.me 0) 54(5,; t t!'�I —➢ro-rgfii h'o ttbiErte s r,iI, NV60mcnQ r=i'I al .t-t�],r a 0. I erierA I.,.t.:; 1 Itrs=i. E[3, m �F.('.r 31( F t'S SLi.,tc,a It.trv:om I itticrxlj,9Y ,. sWIoarispc"fAiuu w�ivmn E:.t:E r alll, nd(!, 1�ca i`4}'n S kutlia�rvet�teart i#islr, F, t+ llir ,I;[lo , r.�Ir or no,l CL;rkd Loton I:'iNfil;S10 1"limpms ii4m, r_;,rlw, I, IIk "th rumsp!sK Wiwi ftnrm x,V,rwrt➢3oat 4JMmel 20 �i CITY GE DENT SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM I YEAR: 2016 � PROJECT €I20: South 212th Sheet/Union Pacific Railroad Grade Separation Grade Separalion Crossing al Union Pde�fi.e Railroad DESCRIPTION: Construct grade separation of the Union Pacific Railroad's mainline tracks at South 212"' Street. The project till hi0 ide the construction of a bridge; a six- lane vehicle crossing, rill width paving; coincrete curbs, gutters, and sidewalks; a bicycle facility; street hglA*.utilities and appurtenances. PROJECT COST: Preliminary Engineering ..,.. .....$3,OOQ,-000 Right of Wa .Ac uisrtion.......: .$1 5 0 B Y. 9 f Q',000 Construction $21901000 TOTAL ..... ...$30,000 000 FUNDING SOURCE(S): City of Kent, FMSW, FAST, Tll Ainion Pacific Railroad 1 PROJI C 1 . IUSTrPI Pl<?N: This project supports east west freight and cor unuter mobility in the Green 12tet Valley. Approximately 29,000 vehicles per day travel on South 212°i Strcet, including nearly 3,500 freight bearing trucks. The level of freight traffic on the UP.Rarhoad#�Ynainline is also increasing to approximately 20 trains a day. Grade separations provide a solution to the costly problem of congestion. The railroad a tossing will no longer impede freight and other traffic flow. Reduction in traffWlw `^n7lgestiorl on adjoining streets and reduced cnvirorrneatal impacts cansed by traffic congestion is also expected. This project will enhance Kent as an economic generator and provide regional connections for thousands of businesses, employers, and commu(ers. t Ii'hSR + okI2i-A 14,,Lllaw,I.,HA A 9 Q 1,Blip I Iu .r AI;VA P Pot .ighfr egq, n.Esgr ias E. .,eck-Ss il - „aomx Co'e'is!oc' n 14,ili E v taq'povc"I ment l 3E l ��tatej, a : f,star.¢ n,uvxt irtlru a fim gt4ou tr.E3et alb:47i;: 1 aea,'� 8 6mi"A(m li cdvndj,i E S fiwl p,,nt ?"w!p„ h'any Ntip Ievn lr''em il]z)AD L.ou it hnp� a v,"i(w 1; Uvi Y"VI r Works ;E, ,).v,T -""TPNC^ rro6snor hat Y rnnsa a (f t erall; F=lt 1:-8nvy m'€adoci 7m,�4 4tia rti 9so,u-.Isi trj 21 CITY OF KENT SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM YEAR: 2017 PROJECT 421: 108th Avenue Southeast Extension Southeast Kent Kangley Road(SR 516) to Southeast 256"'Street i DESCRIPTION Construct a new three. lane roadway, 6tv`Southeast Dent Kangley Road ( ) ' ding rebuilding the traffic signals SR 516 to Southeast 256 Street rfil" at the intersection of Southeast Keni ' ,gngley Road and 108"' Avenue Southeast and installing one neNv traffic signal at the intersection of Southeast 256`' Street and 1`09th Avenue Southeast and replacing the traffic signal at Kent Kangley Road and 108a' Avenue SE. The project includes right turn lanes northbound on 109"' at Southeast 256th Street and Southbound on 109" at Ken#Nangley,Road. The po6dj et will also include construction of full width pa'itih e6tic" to curbs gutteM, and sidewalks; Sharrows; street lighting; storm drainage; landscaping; utilities and appurtenances. As part of this proleC#,the eastbound lell-turn lane front Kent Kangley Road to Southast 256� xStieet will be eliminated. PROJECT COST: Mliminar'y Engine ing ...,,{„ F . 30,0;000 Right of Why+>Acquisitron . .. '2,100 000 Construction ....... .....$2,800,000 .,,,—.$5,200,000 t+CJNDTld SOURCE(S), cityof.Kent PROJECT JUSTIFICATION: This project will relieve congestion at the Y intcrsection of 104"' Avenuc Southeast (Benson Highway) (SR 515)/Kent Kangley Road (SR 16)/Southeast 256t' Street by improving the. traffic flow along SR 516. if will clieninate the left turn pocket from SR 516 to Southeast 256"' Street=and redirect that traffic along SR 516 to 108"' Avenue Southeast. There will be a new loft turn pocket constructcd f'f) ' motorists wishing to travel north on 108t" Avenue Southeast to Southeast 2-56t1 Street. By moving three let"" turning ar oven7enta RAher to the east, away front the congested t' intersection, all dircetions of traffic will be able to flow 6<a s— ue,y esPr-an= p,„e ssnn ar;,r A n (,DHAi€}')i edo'3 ar ij,F'h f r:rr;'at,*iri�,.Str�i.c�,;. TUY I ,i pent Sr 'toIr f neo;r.Cilrridnr, P�iS&€l— e'rrr,htieYuln3h .+R +Pcger laY,�•*nCuf rn s � ,Eafsy,ti ip,it="l.l tl '_r �t I€�i..r.r i,.,:zo-° [:,drr rt�• k-`.E`s F-:=arai ' r,lhnirnfa na �L2rlsraij,,F•. :efttii�rrtt lcancPorraPrr»x.,,site,�`rret.r..t�,1.fiS: 1oc:a'drrrFierr.rn�e�rP t>iYir e,9=4`v'!S-' Ir:Faie i;'orPr.a 1 I t1it r¢rn. w DTP—°pan fair i trfmt !irAAfil sit€rEidI{ €ft1 Niarsprer aEorr irarrr rr€acrnt Pfgo'd SkMij 22 CITY OF DENT SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM YEAR. 2019 PROJECT P22: Smith Street and Central Avenue Intersection improvement Interseelion Operations Fnhancement s DESCRIPTION: Revise southbormd and northbeu tmunlaneassignment. I PROJECT COST: Preliminary Engineering .....$100,000 Right of Wa y Acquisition $40d,000 Construction :.;> ......... .....$900,Oo0 FUNDING S01IRCF4S} City,ot Kent i P1tt;:Jl;f""p JUSTIFICATION: The southbotind vehicle movement is heaviest in the afternoon peak eriodi The predominant p t � vehicle flout in the peals period i., sonthbound on Central Avenue and then left on Smith Street to proceed eastbound lip the hill. This revision in lane configuration, queu capacity, and turning opacity reduces congestion. This pro}ect could rc:dcsue She interscction d61ay in the afternoon peak period from 167 seconds per vehicle to I I I seconds per vehicle. I aaLi:o-n>aMg1,-fj011 am Ai e +`l,r.tlkit, t9 eu. .d; YA't1 vrnigI,1 xy b3.mi ,Yt'otic€t for.t,:rc4{��tnd€, iW ropy 1 Vor,Ww: tv 17ak lno Gm si;, ) e ,I,( V t Ifr i a i i '4)mij7 b I Viol1l vd IJ ➢ P' tf n I t [r3iinjhn ( �Ival];k N)Ediigvai' r an,slimlatif,it S„(ewsI rd,r.;ij,LID €mpr ,enlmi iho4< , Y iii' Flqdk.W"'K, P� sY Fw �fou;t�lx6�. rHtr- S`;r�lna lta�o-vptrl �in� 7rasrnnt� i< rRj, iF{ - rP'R31;€rt F rc+Seet3;o 3.��rk Y,;ta `��%t'aiel 23 CITY OF DENT SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM M YEAR. 2018 PROJECT #23: S 212"' Street and 72°1 Avenue Soq*jntersection Improvement Intersection Operations Enhance # DESCRIPTION: Add southbound dual left turn lanes northbound lane configuration. PROJECT COST: preliminary 1Jtteering $60,000 Right of Way Acquisition:,...... $f5,Q00 Construction $505;000-. T(D]CAI. R4me.a aaRi S(r90,000 FUNDING SOURCE S PROJECT JUSTIFtCATION� Kcni is an imppKtant freight distribution center in the Puget Sound Region, The efffeicni. movement of freight, through and within the ('ity is ciitical. to Kent's eoonomic health. With the completion of the furai road segment of 72id Avenue South between South 196t" Street and South 200°' Strcct; 72°d Avenue South becorms a key freight corridor -and this intersection of two important freight corridors (72"d Ave S and S 2.12t r Str6e!) takes on a Highly significant role in refieving the congestion often loured on 4h/cst vailry lfighvay at peak periods. Ihis improvement: reduces future; southbound vehicle que`.ting and congestion and has the Potential to improve intersection delay fiom 193 scoonds per vemele to 63 seconds,per vehicle. i `. Cd3.(}—f ra,ettio,R tt Ery,�fu,n ur;T �a= 4F+R,liBy �7a r [..i1, ',dJ 6 E argpap h<tut .r a,cg,7 k e Pltre{(-k..tt9 t, rzcsnn .�o.ci+iors A2_rR.s.t '$(Ana 45 qEeer.yir 4nt;vanenY E$a.avr �'yiefsy,IN WtJer;�it [. dt<n "hi,.fiirsr iHrt el!„B;r'.f4 � _d:^f'1t s rd mi wl Ij'en Ff,,dcrtll _ S Hr,i dligR 13r tt:5t3spoR`9.t6 nu )SIeni� 1rder of IWp,a+e... p,I�Psttufl�YtS"i1' etfj,I tad 1,Vrrtr`r<e v,-[Flu r2 E.(,,,I g] , I Star€err 9 r Srllq)pt rs hon tl'r'agn of € di'l t; 0 0t. rr,R:RSpot i0Rar E Ill ru c IFM P,Iard 1 1 ' 24 CITY OF KENT SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM YEAR: 2018 PROJECT ##24: SE 240`h Street and 104"' Avenue SE (SR 515/Benson Ilighway) Intersection Improvement Intersection Operations Enhancement DESCRIPTION: Add dual northbound and southbound let kturn lanes. Add southbound right turn pockets. Modify sTgpal phasing g. € rr PR®JEC.TCOST: PreliminaryRYz >ineerm .......$120000 Right of Way Aeqursition........ $275,000 Construction r.....$1,205,000 TOTAL—. ..,.$1009000 L+'UNDING SOURC E(S): City of Kent PROJECT' JIJSTIFIC,ATIOM I'01th Averu( (SR 515, also known as The Benson Highway), is the primtu';, north south route on the Fast Ili" and serves as a major transit route. With four to five lanes in its current configuration, this roadway has been vlidened to its practical limits. Improvements to intersections along the �oraidor can have positive effects on corridor congestion and improv€: efficiency. 'Phis project woutld add alusuing canac ty for both tlic ritartfth.pund and southbound left tuna rnovements while: continuing, to provide two lanes of through travel. It could reduce the intersection delay in the afternoon peak period from an average 110 seconds per vehicle to about 56 seconds per vehicle. j t ., :EJ i n.gceifon l'3.n.;,,hun c(d ai ctn�lity tl(d. a'p.i4i I i'tei;;ki2-� nu 4[ratcg} rr k.,a°c;i:. . ,tit,-Pas��na.¢ u(�c.v; '. 6 aseeEnxtu s l;.rdeKRl],6 —s'ca Eel�it(n ip;n1 [5or'6d?m❑Sv:;ierm(bruesal�;p_,[t3 r,ys(_a1Rris�,a carenY&.°iafuif Ss,="i'i' 8 aisq i§'a('Ict I I k'A [1m, 3_.4 IS1,-E,ti sa;'—SmNv ;mypn.i l � 11; m:: h 36wq I 00(H kliwe 'Ve nu Bmw4f Sinn I 25 CITY OF KENT, SIX YEAR TRANSPORTATION N IMPROVEMENT PROGRAM YEAR: 2019 PROJECT #25: IiRilitary Road South Widening South 272"d Streel to Kent-Des Moines Road( R 510) I DESC IUPTION: This project will widen Military R,oad"fro n South 272"d Street to Kent- Des Moines Road adding a center left-tum lane, bicycle lanes, curb, gutter and sidewalk. Also inelnded' is the construction of stomi drainage improvement and illumination system improvements. (Note: The Reith Road intersection is a separ to project and is noOhd ided in this project.) PROJECT C4)ST: Preliminary Bnginecring ;;,,$2,QOQ 000 g y . q n........ $1000,000 Right of Way Ac tusiYro Construction .. $]S,SOOQ00 TQTAI ,.... �Ig,S00,00U FUNDING SOURCF(1). City of:Kent, I7e416ruent Mitigation Funds, TIB PRO,ID+CIF" f JUSTIFICATION: Tfie�level oU.6velopment along this section of Military Road South has ;cached q point where a, separate ceriter two left turn lane is required. During peak traflit''flow hours, the roadway cannot acconmiodate the traffic voltunes due to the large number of vehicles blocking the roadway . waiting to make left turns. Most sections of Military Road arc lacking � 41d 3lks and an adequate storm drainage system t.i,l lfi—tt wsttnrr P,t Frr_tfro. Asa+? et €,�IiPf'�C t.rmJ ?<ASs F,,;g lit F=.u,m sir a,.!ibfw Lve¢"U hay.1.: € b7`sfl�=-_�f f i,t IbiEFn.rds ,r.a€a _=e tt 6 ;east IVI,n I d(�t ri,l,fi t , E'€dera€ f s :a :,7 nog n., U,r]t4dE,,eJ, 9i�i s)hartf d 6aEio.(:'.i",Al,R I 90,phi ,,lr trail"I"m mtins.,x Azm, F,ror 4111: :,tsu Loisl-b:,ref3a camp €.i&n a<t; 1`k,tl B'WxwVVorks o "It vi"Ic Loan[;�taae].4 i im, i 1 amjlog( iv,o tntge`irtj tr,,n' j, zlt Viman+ Mfm lm '),o ,m.n,:Soa d [°lief(] 2.6 CITY OF DENT SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM YEAR: 2019 PROJECT ##26: 132"d Avenue Southeast Widening—Phase I Kent Kangley Road(SR 510) to Southegq 2#8'h Slreel I DESCRIPTION: Widen 132Id Avenue Southeast to provide a five lane roadway, including four general purpose travel lat es,.`a center le$-turn lane, and a facility for bicycle travel; modifying tie existing traffic signal systems at the intersections of Kent Kmgley Road and Southeast 256"' Street. The project will include the G,ttnstrucfion of full-width paving; bicycle lanes; concrete curbs, gutters acid sndewallcsy street lighft,ag;, storm drainage; utilities; and appurtenances. PROJECT COST- Preliminary Lngine'ermg f..,.. Vi,80 ,000 Right tit Way Acquisition < .$3,100,00(i'.;, Col irstiuctiq; �18,20( Q00 >" i a..n..e.a PC�R,. .1_,. TOTAL .., ..,,.S25,100,0Q0 i FUNPJNG SObRCE( ); Ch of Kcnt PROJECT ,T1STIFICATION: The levetr f development along this section of 132°1 Avenue has already rcaclied the point whereby a consistent five land roadway section is needed.46 providc efficient icft faun iccess into adjoiiiing ptoperties and ac4o,,xinkiidatc torecast traffic volumes 1 xistin- traffic volumes that excccd l d,{)00 AD] (n,ar (lie intersceticn of l32"VAvcnue southeast and Dent Langley Road) necessiiaie a five lane sectinrr. Sidewalks and bicycle facilities will provide inaultiniodal access to adjacent land uses. HiUy Cc,3pcsfiar lM a,ionan, o, Q,ulhi) I W,dcl, j.2'.hi.'I �Iig'j,I tf mut,,t I m k gy 1',rrlyoH(-, L-A evom,ry con idw 7iI M I i6,lat14 b; s, @� dti�,iC lin.Eetn�eni]Bu <Ci�Sta t+if,FLA 9etkls� vant ilA(Inu m w'w, 1P,e4ve.Vl n ;,S kujmd 6 IINI[hAP ! �e ctl?ra€�, pro PnPtllil;tmt Hd;��e*tie=r�� �n 4,&ns PoJ(1] Impim"w"{9;NO rcFI V puEthic lVorl'k Insea i re d i n,3cat<r.S"82"-iiu� a ,� u; toe pa it n. enge-- „ If,rla..cr;'; a Hi F Faanj(3'atej 27 CITY OF KENT SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM YEAR: 2019 PROM CT 427: 132°d Avenue Southeast Widening---Phase If ! Southeast 248`h Street to Southeast 240"'Street DESCRIPTION: Widen 132°d Avenue Southeast to proy de a live lane roadway, including four general purpose travel lands, a eCi#ter left-turn lane, and a bicycle facility; modifying the ehrstlug traffic sign#q system at the intersection of Southeast 240`" Street Tlaioject will nrcJ(tde the construction of full- width paving; bicycle latres,`concrete curbs, gutters, and sidewalks; street lighting; storm drainage;utilities and appurtenances, PROJECT COST: Preliminary Engireer t7 $150 000 Right of Way AcqufSition $1,560,000 LSxnslt4ctl(?I7 $ 70;060 TOTAL ...-...... 5 7,0U0 d➢IibE i FUNDING S URCi*(S) Citytof KWI PROJECT J JSTIFICAl"JO d: The level,of development along this section of 132"d Avenue has already reached tte point whereby a consistent five lane roadway seetion is needed to provide efficient left turn access to adjoining properties and accommodate forecast traffic volumes. Sidewalks and bicycle facilities ruilt provide multimodal access to adjacent land uses. Loiagctit{on NIi01,1t(4m and[ tit I (i.i€ItIA 1,'0 d i,ei;iu A Ow a krr;twe' Dui =.5��€ef!-.ti,.r,3s�.h�.t onn.i t,mlitlmo; lad 8I:- F vci (is "'}built gitve4 6E all ol( i i Istet f,k i Vpd""'�i & ➢ :1;=EYI JS�I i�i+l5�1 t 1 t f� �d'`i '� �'fi rli e7 in, jt.dmIq.l S 9uiJHI""T� "'pAmIa uc,a]'�,, W 6IIII); aunt ;F"VO' PtAWic iiwL' "!�i�,4E iiu r a r,ap i"3fek�(.4t�--6ari.rte j'r.�aspcu ie t�aoe Fsi;�r�m !t p.fe,rrsl� 'laF tlraeFsprork.tPu ea Im" r .'n"JI Etna?d l`r1Nte7 28 CITY CAE KENT SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM YEAR: 2018 PROJECT 928: Dent Kangley Road (SR 516) and 132rt4(::Avenue SE intersection Improvement Intersection Operations Enhancernent It .. i)ESCRIPTION: Add northbound and dual left turn lanes. � I PROJECT COST: Preliminary Engineering 0,51600 Right of Way Acgyisition ..... ...$1.75,000 Construction $940 000 TOTAL..... $1,200,000 Y. . P'iAdDINCBSOURCE(S'); city ,of-Kent PROJECT' t JUS'IIFIC:ATTOM Keitt Kangley Road (5R 516) is a Principal Arterial with over 32,000 daily vehicle trips,_I32"`1 Avenue SE is a Minor Arterial with over 14,000 daily Aiyle trips. 'The demand on hot]) roads is anticipated to grow in the nee>t �;dccadc as growth in households and jobs on Kent's East Hill continues fd develop. Over the next 20 years the growth of traffic on 132„d Pvi`zfarc, is prcJected to arovr at an average rate of 0.8% pcl year. This tiacans the demand on the roadway would be 15% higher by 2033. The intersection of these two key roadways bceomcs a chokepoint for both local and ii,Lioral cormaute_.rs, Tills imptoverneril reduces existing and 1liture southbound congestion. Tt has the potential to reduce the intersection delay from 109 seconds per vehicle to 44 seconds per vehicle. f'"4,2C's- t�i{ '4�na`a¢i3F .hdn ara is Qt�€a'i3r�a td ia( ,Yhs➢ .9g@it,t Yin,,:f�A egv d w -rcEt-ti rtiFle-4hnnun Lar¢'ida¢'q R'Sd3a- r eight%IaM 3 . . ,g,&l N ,Sa3,. iHw' l,SPar�,ViA R e&,,11 Vedelall,2iL'S ifwar'; Vliwm"0c'n GFederstif, i T`, I,011it,n! s r ii3s}umfi ul ui11°:;0t;n I Vedendj;ti» F oc"I ompio,'wen Y2i teao,FVVT6 'aWir works "3rua9 tl,un To;r¢[ €efet.,,@P—Sul l cc Ir2n�po !aa r ' I aram 11e i..yi [ Bpd` 9rNna1: rs.iattt%o�.m i,ute_tE ixca � �hafet 2.9 OITV OF DENT SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM PEAT,: 2019 PROJECT #29: South 260eh Street and Pacific highway South (SR 99) Intersection Improvement Intersection Operations Enhurtcentettl,.,'' I DESCRTPTIONl Add westbound dual left Auin lanes. Add eastbound right turn pocket. Modify signal phasing. , i gi $ PROJECT COST: Preliminary� Engineering 100,000 Right of Way Acgws Ilan ,. .. 9 2S0 000 , CoiLstruction j,�„ $90(k000 x i T 0TAI:,.. .......... $1,M),000 FUNDINC St3IJRCE(S} .`. City,,o Kent JUSTiF1CATION: S 26W" Street provides cre of the few direct ce mnections betwecii the Pacific llighway otridor and the downtown City Core. South 260th is a MUltimbdal coizidor which acconurrodates vehicles, pedestrians, bicyclists and bus traffic. As the IVlidway area redevelops into a more t innwicial/residential mixed-use zone, the traffic connections to the Military Road neighborhood and connections to the valley retail and civic, center "need to be updated to highest effi6ency. 'Phis irrfersection i1wrovetnomt reduces fituic westbound vehicle queuing and congestion of over 500 vehicles per hour and improves the rntersectiorr_ delay from 180 seconds per vehicle (3 minutes) to approximatoly 87 seconds per vehicle in the PM Peak Period. C Ali wr,j Air Q4g,"'14 i,flu O •9'Ar l t+151zi A,! le Sit,:zrml l f�IcraSi-a,n ttlC 6 n v f,lw, :ul,isdor; i �efl—kteu,€ii sHaD dt '§l slc;i, eed,..v3 rrns,1.4Ulneafss*e t d 31G� d E, 1p ➢trnPj,11 S hArWp' at .i,W-,poZS,ntsi vt,mr ji c cico rll;LID tons')pro,ens,oro Dkij'i; n4"lI`&r—public'svrrrprs i S.,u,i'iud Ionf lS+fxl j, :Ls -SlU asa HrAn"P ?i> sua P^rn�;r, �,'cr;,,r'aR], sr#e �rtes�ap� P.,i3na 1`Tgo ,sill at roz,u "ii+ftcI 30 CITY OF NT` SIX YEAR TRANSPORTATION ION IMPROVEMENT PROGRAM YEAR: 2019 PROM CT#30: SE 256rt' Street and 1041"Avenue SE (S1R 515/Benson ITighway) Intersection Improvement Intersection Operations Enhancement i IDESCRIPTION: Add northbound right h R01, Modify sigiv phasing. i PROJECT COST: Preliminary hugineennp $ ,0oo '.a Right:of Way Acgt I$Won ....... $150,000 f Construction $22` 0 T'OT'AL..... ..,:'o ...,... FUNDING SOURCE(S) City of#Kent f" i PROM C T 3USTIFICATION: At the cotnfl4€nce of two state highways (SR 516 and SR 515) this °intct�I rtion Ajae iences congestion during most times of the day. Approoiiriately 33000 daily vehicle trips are 'traveling east/west on SR_ ' 516 (ICent'Kangley) where it meets SE 25611' Street and 100 Avenue SE at what is commonly known as the Rent Kangley"Y". 'ro help facilitate nolthbou nd movement at this intersection, this project wilt provide a dedicated right tarn lane for traffie flowing eastbound. This project also provides some signal improvements (upgrades) to allow changes to tine signal timing and phasing at this in%ersectiorn. The combined improvements are estimated to reduce delay on the northbound segment from 156 seconds per vehicle to 86 seconds bier vehicle in the peals period. i C tin sir»h«ic�i tiSct:�It.'iG—der{cfEip,•Eis tlr.ns,ans3rn�r� .•,yt�nss t FeEieralI;6133 €,...�l l�a��.eovea�rFeir z;b n . rT,,I t'. .Public Ww,Ls e;tFund Ix r.i Yu,j.ST9,—S461 MU I IAIMMIA r f m;M"Y111 JVM;,eAlP 6 art 31 CITY OF DENT SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM YEAR. 2019 � PROJECT #31: South 2121" Street and 84th Avenue Sq r Intersection Improvement Inter,veelion Operations Enhancement.:.; DESCRIPTION: Extend eastbound left turn lane and add noxlhbound and southbound dual ign left turn lanes. Modify sal phasing. PROJECT COST: Preliminary Eggmeering ... 130 000 Right of Way V tagtfisitton......... $420,000 C OnStrUCtlon .. $1 nlY" 00 TQT AL ..... $19800,000 FUNDING SOURCE(S): City 7f-Kent PROJ1 ECT JUSTIFICJA'TION� This vlrersection experiences congestion dming most times of the day. Both roads are'Principal Arterials and each carries over 25,000 vehicle trips per day. The demand on both of these roads is expected to grow in th< next-�decade as growth in both freight movernent and residential developny'ot in Kent's valley continues to develop. `Phis l�srojec( also provideg §one signal improvements (upgrades) to allow ehanges to the sig ai timing and phasing of this intersection. The improvements would reducc congestion because of heavy demand for left Urrn movemcnts. It. is anticipated that the;sc, irrhsoverniet,ts could reduuc the in'terscetion delay to as little as 47 seconds per vehicle. f,r41's�— n sftois r43ne'rtinoi a;Id A It +'[laIi;.y IN r ( l[.. I'll` r 6 a 63 StA 0 li,.`YEvIItc'T, . P,a.rr6-St rr(t Cit ,I Cnirz<3rrI 1 i,lti2'.'—" +�P,;3F H.obYiRii �?€�al�i2 rnri.i�xd'trf Rtat :!I`seRzej,? 3 r,dgeul I r3r.�rArtwid ir.irm zoo ttl f i�,Irma flPar.'tt� i 6 [,ia.sti n I <.d ,II[.t G -6.x..I1ig;..rut f r.n.e€ror S.y. mt- ll cdcra8]y I h8 f ttitnoc2Y eea1 Vi 4rr.r p 8{'F'i'. p u€vL,t%s;rb. d rrrtr 3'�ri rfir,a 1,4t'Ie ol: 'Tw hirrt;itTFif'It.irctt 4til uii;t7 [Rc@.r:ti1: (Pi: @iAri It hr:per IT,i r i Enna rtt!]thieI 32 CITY OF KENT SIX YEAR TRANSPORTAI`ION IMPROVEMENT PROGRAM YEAR: 2019 PROJECT #32: Meeker Street and Washington Avenvgjnterseetion improvement Intersection Operations Enhanccnzent . >° DESCRIPTION: Add eastbound and westbouud right turn "ekets. Extend left turn storage pockets. Modify signal phitg. i PROJECT COST: Preliminary Engineering ...$W,000 Right of Way Acquisition ... ` 50,000 Constraction .... %850,000 TOTAI...... :. ...$96(;600 I Ii UNDINC SOURCE (S): City:of Kent PROJECT I' i JUSTIFICATION., This is one of the btreiest intersections in the City. Washington Avenue 81) i3'a Principal Arterial and Meeker Street is a Minor Arterial, Was"Wton Avenue carries about 205,000 vehicle trips per day and Meeker carries about 16,000 vehicle trips per day at this location. Much of the vehicle volume on Washington Avenge is truck trips headed for the regionaf%ighways and the Ports of Seattle acid "l'acoma. At the same. titnne, inttrial automobile, bicycle, and pedestrian traffic between the west side ofKont and the Downtmvo City, Center needs to main-'river through this busy irntersection. These improvements will have the greatest effect on improving the efficiency of that casi/west movement. It is anticipated that these improvements could reduce the intersection delay to as little as `i"r seconds per vehicle. tM1 4ip- tio, ;esiltm 3&tti' xttm,Rind An .Ji,ft (i ttuatJ;tlA Futig h t AvOonstrt4r*, 7oeLmi.U-`7e al(le-PaeoeI,e t fn'noo' f sraRi' S }t M0143 s f &9 e m.t�.[3t a Ce'C,I PA di, i it ?dmh n t i.€itm &liiti BrA ar'[€ €.Es anatu t j1(dVrfllj; 14 bo,pine¢t e in"Pt3r1 ti;f i tt,Semn t3 comi'jt I W t v aE Di to.ct !,') rF 9 nfiiir Ot'oi is d tae[p'uld iofm Swd; �4"— h w1i'r,r tiaqe.dtz d3dion fit,rsz „aE mtpowd18tata] j 33 CITY OF DENT SIB: YEAR TRANSPORTATION IMPROVEMENT PROGRAM i YEAR: 2019 PROJECT #33: South 272oi1 Street and Military Road l<l"tersectiou Improvement Intersection Operations Fnhancernent�,m' I DESCRIPTION: Add a southbound through lanQ at the innte'xsection. Modify signal phasing. i PROJECT COST: Preliminary Engineering , .......$20,000 Right ofWaV �ginisrtnon ,,,, tt, t...$0 Construction ......... 240.000 TOTAL...., FUNDING SOURCF;(S) C rty'',#f Kent PROJECT JUSTIFICATION- ate increased developaawn on the Kent West bill combined with the lack of alternative north/sb th arterials places significant local congestion on Military Roxlel, Oil those occasions vAien the Mate highway Systoln (1-5 andlor State Canute 99, aka Pacific Highway South,) breaks down, Military Road becomes the alternative of choice for regional diversion tra(lic, This project reduces existing and E'ulu e southbound congestion, i ai�uugnd tra 41(htiifW td dUPooll1, I""1 r_11401.ttna0 ,ta,l Ler, n Y>vr"fl- C411e imcull'.)1-1'I idmZ 4cPSlis a,€a,I,a is roffAiiy n[€„i"Ins.,tmfv€& I y d ISioteI,k1 + -I,if,7 1rarf,ij1 nsi as„n jitd .fl�•@f9S ale-nrd i vnsat t i C avtij,�a krl s`6rEcIft 9 is rtsportuon stc;ar. I"€d o';fII: a,lA 1 r,,..I rtuys IIs Iidt tj1VPF tublic';vw 4v cussVjmdra.anIS>sI,I,S1P—Rw ra" 'I.;nsix,r i[ '3.,a ndram 1 Fc6,t aii;. IY . IIi"]"1a Il,ii ,IA .... sna n4 F'lw d JSlafet 34 CITY OF DENT SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM YEAR: 2014 - 2019 PROJECT#34: Street Preservation Program Ongoing Cilylvklc Program DESCRIPTION: Projects that maintain bine existing` trat6ortation system by overlaying, rehabilitating, and reeoni'structing the existing; _asphalt and concrete streets throughout the City. PROJECT COST: Preliminary Engineermg .$4 000 000 Right:x4.Way Acquisition Ct nstructain 56,OtitYy100 TdBTAh...,. .. --$60,000,000 FUNI}, SOURCK(S) City of Kent I PROJECT JUSTIFICATION: The C rty.�qsscssed the condition of its street network in 2011. It was found that »rang of. tho streets exhibit deficiencies that reflect they are beyond tlneh° expected#„rfbrrri;:nce lif4: and in weer; of a maintenance or reliahililation overlay, or some' amount of reconstruction. Moreover, historically, the amount. of pavement resurfacing, rehabilitation, eoid reconstruction monies the City has budgeted cacti year has been insuffic iont to address the deficiencics of its, street network, Insufficient budgets to Perform this ne< rssary warty _results in more expensive maintenance and rehabilitation options, t4l=^�}- COJ ge511il3A Yoliir-tA1:,AYtd t4Ba,i i:ge Jt ,{eL1�,r, .`,9 if,f±lpf,� PI4L I,11 to, rr4fCHl et'Me WII'vw[e€urfi'ft' t;P .€t, "viMmlif ,itate?u an+e,U,..,aIe a I,Iaiej,.IT iA w L:e;, n,,,n,>.I Adwi,aIiA radim,Ir e e,r,t,.o-d.i soh-<�et9 r fiwi Aoii lt,.d,,Al,iI , Sara r_f€i�.se is eogpocb 0f) tiy'SIm3 lFede;ntt:a Ph; 3.or tI lh'pr� u?i,taru:;F'W t'F F n,thv 44fwk[ 1,„ap grpia d a oll" I`"+1¢i't,4(k —i§[n P.0 7takaspm,3 NOWT V ronr.IT It, ae o'A iy t [s rt anu3,,�r l.i Eam€:tnpt + .aai Motud 1St3etc1 i 35 CITY OF KENT SIX YEAR TRANSPORTATION ION IMPROVEMENT PROGRAM i YEAR: 2014 - 2019 i PROJECT #35: Residential Traffic Calming Program Ongoing Citywide Program DESCRIPTION: This project will develop and implement residential traffic calming throughout the City on a priority basis as furtiliiig allows I Engineering ........; $750:bo0 PROJECT COST: Preliminary Right of Way �gUisition........ ........ Construction ... ......... $105q"o TOTAL..... .` �1,800,00 FUNDING SOURCES) City:0-Kent PROJECT JUSTIFICATTONF Theprografia,was originally established in 1999 to address traffic concerns on residential :treets. The City Council recently adopted a revised `fraff7c Calming Program in order to make informed, systematic decisions about actions 10 correct those concerns, There has been a substantial increase in requests to the City for inslallat`gI n of physical devices within the last couple of years that resulted in a s gra£eai1t'mcmase in the number of speed and volume studies acid required numerous public meetings, 'Phis program will allow for adequate traffic studies to heep up with the increased demand, support slat!'resources to perform the studies and vl=ork with residents toward resolving traffic conccrns, and fiord the purl base, installation and constinction of physical devices fnr res'idemial traffic calming. t.aasp_ sotF .:Es��c;°H[f�a tics ttQaS k�. ey�n�l:4y,I. dri.�SJ.�i as F 9„•i�,hF.,otw r;, rn€et>q 1� p; r„,:l.4- nrp snsro er;orri�'er; 4i4?S7P3- .p o2ht%iobdnv AE;aZeAk Iin e'OuVO" rA „tat(i,} €} It (17'd rtn'a[ice��9 ?mile'jii <r II.'k,"i1, 1 is ln dlipe 'i rs l q'kx nips i Srsteeo Ci r 1 aYL z-6t. .,rra @nq Jsuuidl D ioaY, i'VY i i,-ir0fie tror;.s "4eir,t Fo-cu.l4 n,r' iiatr1 yU Sill .I' :-rsEsp,,, IgHml r't o2r.mu muoy,iuit'io ti eld Waal tt 1ti1a10I 36 CITY OF KENT' SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM VFA.R: 2014 -2019 PROJECT #36: Traffic Signal Management Programs Ongoing Citywide Program i DESCRIPTION: This program will analyze interseations:for potential installation of traffic signals or other traffic control to insure safe and ellicient use of the existing and planned transportation network Anly'Sis of turn movements and collision history will be used to prioritize new trafa Signal installation's. PROJECT COST: Preliminary eering........:t. ,..$600,000 Right of Way Acquisition........ ........$0 Construction $3,600,000 TOTAL..... 'w�.9,200,0019 :a: FUNDING SGIJRCF(S : City(xf=Kent PROJ�E,CT JUSTIFICATIC91'sd: Historically the City justifies the need for two new traffic signals per year to meet safety an([ mobility needs. This program budgets for projects needed to meet the`increasing>s'demand for signalized intersection control and the constant need f0ftifllic counts to monitor vehicle volumes and behavior. It also supports the replaecei rent of old, outdated traffic signal equipment at currently signalized intrrrcctio'ns, The priorities for traffic signals will be set by transportation system signal warrant studios which include studies of volumes, collision hisi.ory, pedestrian mobility needs, and roadway geometry. This program also hcips the City maintain level of service standa_rdq necessary to nraini,ain concurrence as required by the Grov,th Mauagensent Act. %IA Q o rM,on'�I o-t,;6awl u.l SFr r 4t. E eY raI u-i I I idkWA hoi eVatept for r ,oi i.,...f Pf ail ISN u- u aA ➢,do-d r ,.o- o-a 'ida,h ,I,ergw,IF,<i .a(a r&i.'v tra.aui .IIo-roiwr io (n o-,6,vats,ti , .r1r -m';k tear'ovemcm Di l l°PW IF Public Wl"-&s &-usr 6-Elfin r on (`Tto-o-;1„el' -ZsIwbr;I esnsro t,dw;Peo„r:im Ir,u.r2r):1 o-r tr:urstt ivion Jolprov,mot Holy !'Aair1 i 37 CITY GP KENTT SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM i YEAR: 2014 - 2019 PROJECT 437: Miscellaneous Intersections Improvements Ongoing Citywide Program DESCRIPTION: Improve miscellaneous interseptiorts Within the City to accommodate future traffic volumes. Provides fctt, improvemeits to the operational efficiency of the roadway system includirig�r- echanneliration signing, signal coordination ,:priority, Inteiligen transportation Systems, signal programs, transit signa upgrades such as protective/permissive phasing and LED signal indications upgrades. i PROJECT COST: Preliminary Fngmedtlittg ,........ 5,000 Right of Way Acgtisition i W$Iriiction ....$255,000 TOTAL..,,o: $304 6{6(I I+UNDIlNCa 56 T tC1 (S} City;,,of ICerit PROJECT JUSTII+IC"ATION. The IYausportationMaster Plan identified several intersections that will nccd to he irnI to acconrmodctte Future traffic volumes. These intersections are spread th, ghout the City and are not included as separate projects will-d ) this Ci-Year`TIP. Increasing the capacity and efficiency of the existing roadway systesm�through operational irnprovcIncuts is a very cost effective element of the trap pcirtation program. i COAQ -n"n;,e_kFi rf iV7s.Ft,RcUv 3ns3 An I,.a1.xnlf9�-�. " Lreagis3 s€ ur @r iQ6`g} jnr ttef u F iB i:�I83—zv ea„hs IFBer[7ilrt .its aPi'-2uveslnseu:nd . u[:d vjC fi € 4 5 tiri,-vi € .ens.( lain* tsi 'rtusiv[1 r a,a.€t W` f 9.i..tt'3 �1 aaiineii.z a is; tertiJ,q9w Irtel bg rt 11,dxs;ru3 i m.rsr 4i,c_xr r,j.'tM MI;NO g,nil Ikon (,l cmrnt Ills or c, V'k I i, W.b N& ;ir:r?+rrFian tzuaimC¢nr.tscIic=isrAII; IIT—'Pennsp'wliiIwli B mp!m"foz6,f Wiii et '-'i iI 38 CITY OF KENT SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM YEAR: 2014 - 2019 PROJECT #38: Comprehensive Plan Update Ongoing Ci",ide ProgTarn DESCRIPTION: This project consists of an update of the"lransportation Element of the City's Comprehensive Plan and the Transportation Master Plan including near-teem and long range planning of the C.tiv's: tra i p_ortation system needs. Project costs include consultant contracts'" for transportation planning, concurrency management, public mvolvenlent, travel denrla0 and traffic operations modeling and analysis of potential financing strategies-to-construct, operate and maintain the City's transportation Aolwork. The project includes staff resources, hardware and software to analyze itil e and monitor the transportation network. PROJECT COST: Preliminary F J inecrm $450 000 Right of Way Acquisition-,..... ....... .......$0 Construction ....,�'' FUNDING SOURCE (S): City of Kent PIfC),IEC,T JUSTIFICATION: ,The C:ty'=ai2008 Traospoftat on Master Plan identified the City's transportation sygle:n ne ds out to f1k year 2030 but was based on the City's 2004 Comprehensive Plan. This project will support the City's 2014-2015 Comprehensive Plan Update by incorporating the City's updated household and jobs forcoms, into future transportation demand model forecast scenarios and develop possible transportation alternatives to accommodate the new, growth 7 Projections" he Cify must be in compliance with all stag✓, county and regional policies in order to be eligible to apply for corilpetitive grants. The City el[deallears to maxinn.ize transportation cfticiency, investigate methods of measuring coticurrency that incol:p0latc all modes of travel; better reflects the ways our Community is changing, engages the connimAr iy irr discussions about futtsc transportation inves'Unents, and investigates various ways of funding cur future teanspo tation needs, i r?Oio, i,xte3o ¢f, [xrse in..e¢a ile iavml s ur-i;i+i3. l i.4 FA,,�dlnl ,ii " n i"imni€ooni eG' ani� fii3 &taznad `Anfeir.aP rn �1,edc all, e o kidli Sy,d,,m,, LID A mr 0 Brae..*,we,u Di,irief;I tfr'S F n valtcV"A', '. Sav ;f F'v iai i�u rrnnal;mt rer iq{rre IN,, raid:. 3 YI ikion Butpen .n rt;:as!€ .F,l tavel 39 CITY OF DENT SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM YEAR: 2014 -2019 PROJECT P39: Ch.annelization (Street Markings) Improvement Program Ongoing Citywide Program DESCRIPTION: Provide street marking projects thronghout the City to separate and regulate conflicting movements, define paths af;travel, and facilitate safe and orderly movement on City Streets. PROJECT COST: Preliminary Engincering .......; (7;000 Right of Way Acquis}taon........ .......$0 Construction ' ` TA ,�g+ ,.., ..SG9Q..q��r1 A$,P' .L .,. is ,.,.. ,. 9FPV� '. FUNDING SOURCE(S): City of Kent PROJECT aintains and updates The eharrnelization throughout the JUSTIFICATION: This ongoing program m � City. The City 1sas 1,648,8 73 hncar feei (LF) of channalizatiorl striking, 445,300 raised pavement m�rlungs, 22,012 LF of C curb ar)d 7,179 LF of painted C curb. Channclization helps to limit contlict points and directs motorists through areas Of complexity. These markings are also used to delineate left Win storage queue '11.reas and (teceler•ation areas li)r 601t fill-,ing vehicles. This project pt, scrves the capacity and efficiency of the existing roadv✓ay system. l t,'„j—r >�te non iYi ¢ aE+3� A .3 aAinalit, `idea€,:had' Ail , ,n ,+.gio,p+ca S e84:Nfk- z np€i Mo'bifih 'wgi". wNI'm"fl Bo d i 4,;wj.i i A .Wl,ral m;l h,hmn ,,+w J4,,�[. d�° @tI",R �t.iv2od 6 f.,u nR i,rer I R vd,"al],a['ts I11i01ige 7YaeYts or9,,.w.,s,a�,3a I Fedee1I1;7._l€ a "wf lmpe E"w,at li€Sk tc! :z ':° v t'. P[Na •'LmJ, lint'„o0 lee.erI„nmI, ;I'-SuIN,. 4„ripen; ,Iiwf P-(,gp r, I],odz,MIS Tj i� y k F,fl hp 01 061a)rrtparo. NY Es(slci ' 40 CITY OF KENT SIX YEAR TRANSPORTATION NSPORTATION IMPROVEMENT PROGRAM YEAR: 2014 - 2.019 PROJECT 440: Bicycle System Improvements Ongoing Citywide Program DESCRIPTION: Make miscellaneous improvements to the city's bicycle routes as identified in the Nonmotorized Chapter (Chapter '6) of the adopted 2008 Transportation Master Plan (TD4P) and the hill 200?) onmotorrrec sub-plan. Bicycle lanes are usually j part of individual street ttriprovement projects and each of those projects would be itemized individually. The costs of the bike lanes added to TMP Street projects, estimated at approximately 49 000,0.00 in 2007 dollars, are not reflected here. This project is,for shared lane Iitrjjnhg and signing, thatching grant dollars for filling in bike lane gaps, and for the extension of the shared-use path network. PROJECT COST: Preliminary Engineering ! .. .. 000 i Right of fty Acquisition .$75r000 " 'Const uctioh ......... .....$734,600 ....$905,000 &1JND!9I 861 RCE�S) C #y_ofKerit JUSTIF'1C/i'3 ON: the 2008 Transpoi6tion Master Plan and the 2007 Nonmotorired System Study proposed urnetwork of shared lane routes on 'transportation corridors throughout the city t elp connect the bicycle, system. Lane markings and sign postings can iniorrn mer'torists and cyclists of those corridors best suited for significant bike use, These shared-lane facilitics, can provide critical linkages to major cycling activity centers and comicedons to the shared use path systems. The city has a priodti,'ed list of projects for bike lanes, sparrows, and shared use pafhs. Tiris project can help achieve the City',; goals for improving mobility, -reducing � vehicle trips, increasing physical exercise, and improving t�ansporlwion connectedness. ('"JAQ ( )I gemina hf FP.e{CQP}L91iJ h jlE,hl,Y P 4 lcr;01r r''ASt 1 t'i'ht A flu"Sllal' 4a �fiCul f.t 1,'nOr}'15'; i �104}p; [gXnhrWy M'-Magic wt c.,,,u to f t Iz';Wcl.F 4 , S ef4z;i . €imiw'@i'm I 3c:aI I,BI Vn# IR OTl itw..r ie.rm a1];1_ria 1oc3lhnj 'rent fI'DW. s. h'CYI'V PupaeI'Vm-' €r io'i d r m["hr I'"i'i'-.fSutb es'G':''m4yo i rbnrr Pro,rEta i. C @$ i rt hai pi o,r r r zr;t;nai ; �4yrp� '� 41 CITY OF KENT SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM YEAR; 2014 - 2019 PROJECT H41: Sidewalks, Sidewalk Repair and the Americans with Disabilities Act Compliance Program j OngoingCityivide Program DESCRIPTION: Systematically construct new sidewalks throughout the City as identified by prioritized project lists in the 2008 'rah ortation Master Plan. Reconstruct and repair existing sidewalks and curb ramjns and install new truncated domes and hard-surfaced sidewalks to rtli}5lement the re4nirements of the Federal Americans with Disabilities Act (ADA)' consistent with tl* findirigs of the Nonmotorized Chapter(Chapter 6) of the 2008 Transportation Maste Plan, PROJECT COST: Preliminary Engineering ........ 5�10000 g y ct l ,000 Fight of Way ur Ac strJon .... '$�50 Construction $2,254000 T ,TAL_... .......: FUNDING SOURCP(a): City Kent PROJECT JUSTIFICATIONv,.- This project is mandated bOTTitle II of the Americans with Disabilities Act. Title 11 requires,that a puyhuePtttvinust evaluate its services, programs, policies, and p'actipcs 'to determine whether they are in compliance with the; nondi-v,rimination requirements of the ADA_. The ADA requires that an .ADA TransidoYl Plan be prepared to describe any structural or physical changes required tr`make programs accessible. The City has conducted a self-evaluation and prepared a 'Transition Plan including a prioritized list of projects to bring ' itself into compliance with (lie Federal ADA regulations. This program begins wor6itlp' on that list of projects to construct and repair the City's sidewalk and street/sidewalk transition zones Stir accessibility for all users Find begins to address the pedestrian improwraents identified in the. Transportation Master Plan. This project t3ait help achieve the Ci y''s goals for improving mobility, reducing vehicle oipii increasing physical activity, and improving transportation connectedness, F -its- u ,sunn f M;"I,(if)J fmd 't u,k)lmp Y (l c.ret alI; FA sC 1 tvL x Yr n Wiwke, tot k tFreff-°E sr f rce. #w i ki,n'; E ...,HS- a t .„III r N lr iih, ,ArI. eEi,ac,s,tilmd hoard gat Eej,b E i k e7crii i t„rzsu Oil t rfkt lw; n t(_dvest t LI, 3br a=d t Pc uirxrt En+t] t,t.rail,b.S I0,Mg. , UurlIE;6.n. i,wvl11 ntgt,eleanr.'nt swlkl:r ,V fg, Pu€li2 1471tlaa 1 vast ht,d barns lSdzL 1 . e P fiea€.. . P t'in,p77'r[ .,,.at[t-tt,r;mt 11 tir;atl: r W i vftw ,tw,HHots h npt o"melit..oa rai (Siakel 42 CITY GE DENT SIX YEAR TRANSPORTATION I1VII'ROVEMENT PROGRAM YEAR: 2014 - 2019 PROJECT #42: Guardrail and Safety improvements Ongoing Citywide Program DESCRIPTION: Make miscellaneous guardr'ai1 improve:neuts..,each year to enhance motorist � safety, Candidate prolects1helude Frager Road; H 240°i/t48"' Avenue Southeast hillside, Lake Fenwick Road north or S 272n" Street:and 100ts Avenue Southeast. Upgrade existing guardrail end treatments as mandated by State and Federal regulations. PROJECT COST: � elimiriaryl ngiueermg $20000 F Right of Waylcquisitrort ,;... ...........$0 "on5tructio` ......$160,000 TOTAL'6.' »P S180,000 FUNDING SOIT !,CF;(S): City oMent, IlES PROJECT JUSTII+ICA'1 TOM fuis project is mandated by compliance wi(b Federal and State regulation ; and the requirement to cli ni hate potentially ha/.ardous roadway conditions. t.Y E,3(p_ anw 43,dmP.t fr, fii_xr ar=.w r#ir rYut+li i;} �1� arai) Pfa„B I, =E�'€t,ream rrota'aPrg, S,. aauE etd d..it,lt 5' .er , C_r.riuue; i nLiNii- R=raghi lt(ri,u of �.! fvt=ie€ p r,�ecscr'?*r„ r'�°ta'ai. . � - .darn . ,,.f.Jrar ;Praifr.,e i'„unP],rx1 s' ,3 rciF-u asori€;�t 9 I4. d 11"I i<n, e d 1nli'pbl tlaim,„)4 em .t td.rnk],LID Lott i Wtr su,tW'tit"ili,i+ry E PIVFn n jk "t1'er:" I east jl 6,i1 r r ase hillII f V Ya ki�.tf v , !P,L';5o�f.tiftn 4 u.�r r i �A'ed,rai1; i 49, TracrspnviArta lmp' er.'.nf t;os[ 1 i 43 CI`➢'Y GF KENT I SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM YEAR: 2014 - 2019 PROJECT #43: Community Based Circulating Shuttles Ongoing 01jivide Programs DESCRIP'T'ION: Continue to provide enhanced ttan,540rtice to meet the needs of the community through the use of fixed-route shuttle.svice, with demand-responsive routing capabilities. Routes 914/916 serve the Kent Transit Center, Regional Justice Center, Kent City Hall, Greer River Community College's Kent campus, and local shopping and medical facilities. The Rctfk�913 shuttle connects the City's manufacturing/industrial deiiter with the regional""i7us and commuter train services at the Kent Transit Center. PROJECT COST: Preliminary Engt ering ,, ..........$60 000 Implementation ,.$930,000 ' OIAI..... 't $99Ui0(10 I+IIllI5IP�1C S4JllIbt�E(S) Cite of Kent, CMAC , Bing County, ITS PROJECT JUS'IIP'ICA"h' ON: Routes p14/916 provide mobility and independence to many of the eity's seniors and zcduGo the need for expensive ACCESS service for many wheelchair-lift service tfiPs. Community circulating shuttles encowrage the participation of all ages nil= economic groups, all physical abilities, and virtually all of our ctlnrtrrtmzf 7 in evcr3'day civic life without the isolation and pollution of the autonrubile for every trip. Commuter shutdcs enhance the regional transit/tr•airr service by providing the vital link Coal home or work to the Traiesit (,enter, eareot agitrg people to travel without their personal verucks thus avoidillp the cold-start impacts to air quality and reducing congestion on toe al streets. i C)Ml)—C xn.afitur ix5,t Gilt.x;;u is Q7Fo�itifyt�eti.utt); QiA`sffi KZE.,uhfh tzi� rL.�Ft7;e�. G,grglg-> i��. F..,caat»gym ".:3nrg 6i6EE;S—f i�+P Pa,tin , r,.nn;ic tiv<< € 3anf�i lf31�4[�iej,Jfi3 Es,7„-r;ai Ci .n'aP;�r_�=e <<tiarh(iun lErE .tf� 9�;A5 „�s�r.t I 'I f a7r die � ) s 39t,I P €at#1 as u! G r }r,,!s i�a ie�irs I td a L� S.fl�7 +v� i icrE�ac ar cii d41,e in B Yi 3 ;- f ukdu -r'crs .ta.(Rxnr,i 6. .,l.tat�3 .,t1 nEarlat J��i,pari6�is n@ . �n�rr t4cx ,e1�. (tk ur 3ts;;t�i�at,oy.£tatrasu •r,f'.$3U�4t is_� 44 CITY OF KENT SIX YEAR TRANSPORTATION IMPROVEMENT PROGRAM YEAR: 2014 - 2019 PROJECT #44; Railroad Quiet Zone for Downtown>Clrhan Center Ongoing Cil g g Yrvide r .Pro gram I DESCRIPTION: Establishment of a railroad quiet zone,-,::for the Burlington Northern Santa Pe Railway (BNSF) hacks and„,tll iTnion Pacific Railroad (UPRR) tracks through the City of Kent. The grad��,'' rossings to be included in the quiet zone on the BNSF railroad mainlin S 259rs Sheet,CiWillis Street, Titus Street, Gowe Street, Meeker Street it, Sheet, James Street, and S 212`" Street. The grade crossings included in the ri et zone fqr the LIP RR "mtthiline tracks are; Willis Street (SR 516), W it Street, W ecker Street, W- James Street, S 228" Street, and S 2iY';Street. f; 11ROTFCT COST. Preliminary Engtneenng , . ......$3,500_,000 Right of.Way Acquisition $0 .> $0 , Con}stJ♦upctia Qy TOTAL. a..e.eee..„DJg ®®yl➢V qP i+UNDMOURCI# (S): City UfKent; FO eral Rail Administration, PHWA PROJECT JUSTWICA7TON. Locomotrs;e.;engincers begin sounding the trail-mounted horn approximately 1/4 mile f-om the intersection of a highway/railroad crossing. This warning device is an eflecof e deterrent to accidents at grade crossings but exposes the local comntuMY to Significant levels of noise that often deprecates the quality of life for those livilig closest to the railroad facilitic,s. 1 nP,i,t- to3 , siiin� & ra„?nt�i as5it.4 . tmtta3liy�.�L.ni��i`-5 I „�„,P�i.'�cY�ca�t.atrgv „3„ Earnri tf9le-racman n'nrv`i<4cer; � # tCl'Ell [t E6�oin'towl (I wei'I I &¢WI k's wl r is „03P a o,4ti ik`mIe 13i t ralJ 1,111 B EwaI Imt, oplfl DI 0r flI b rT F��b7�c 14`o�f�s li , ; s O v w � x O O O L O L W ca CL j 11 WIN M P f a 4 i t: ti y. 4 n - CI 3 y A4 y � L t.,� ✓ 7 a O U 5 •rVn � e t o CITY OF KENT WASHINGTON SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM 2014 — 2019 Klomw '1L N pqrw WA S H I N G T 0 N For more information or additional copies of this document contact: Steve Mullen, Transportation Engineering Manager City of Kent, Public Works, Engineering 220 Fourth Avenue South Kent, WA 98032-5895 (253) 856-5585 smullen@kentwa.gov Z KENT HA r Agenda Item: Bids — 9A TO: City Council DATE: June 4, 2013 SUBJECT: 2013 Thermoplastic Markings - Accept MOTION: Move to award the 2013 Thermoplastic Markings Project contract to Stripe Rite, Inc. in the amount of $226,510 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: Crosswalks, railroad crossings, stop bars, and high occupancy vehicle (HOV) roadway markings are all done with thermoplastic material. Application of thermoplastic is dependent on good weather, so it is normally limited to the months of July through September. Public Works Operations crews have historically applied these markings, and will continue to apply markings as time allows annually. However, they do not have the resources or time available during the application window to meet the workload. Therefore, several locations (predominately within the valley), were identified to be included as part of a contracted thermoplastic project. The Bid opening for this project was held on May 21, 2013 with four bids received. The lowest responsive bid was submitted by Stripe Rite, Inc., in the amount of $226,510. The Engineer's estimate was $301,625. The Public Works Director recommends awarding this contract to the lowest bidder. This project consists of installing 2,600 feet of plastic stop lines, 13,800 square feet of plastic crosswalk lines, fifty-six (56) each of plastic carpool lane symbols, and fifty-two (52) each of plastic railroad crossing symbols. EXHIBITS: Public Works Memo dated 5/21/2013 RECOMMENDED BY: Public Works Director BUDGET IMPACTS: Contract will be paid from Business & Occupation tax revenue. PUBLIC WORKS DEPARTMENT Timothy ]. LaPorte, P.E., Public Works Director KENT Address: 220 Fourth Avenue S. WASHING70N Kent, WA. 98032-5895 Phone: 253-856-5500 Fax: 253-856-6500 DATE: May 21, 2013 TO: Mayor Cooke and Kent City Council FROM: Timothy J. LaPorte, P.E. Public Works Director RE: 2013 Thermoplastic Markings - Award Bid opening for this project was held on May 21, 2013 with four bids received. The low bid was submitted by Stripe Rite, Inc. in the amount of $226,510.00. The Engineer's estimate was $301,625.00. The Public Works Director recommends awarding this contract to the low bidder. Bid Summary 01. Stripe Rite, Inc. $226,510.00 02. Hicks Striping & Curbing, Inc. $235,555.80 03. Apply-A-Line, Inc. $265,335.00 04. Specialized Pavement Marking $268,395.00 Engineer's Estimate $301,625.00 Z KENT HA r Agenda Item: Bids — 9B TO: City Council DATE: June 4, 2013 SUBJECT: 2013 Crack Sealing - Accept MOTION: Move to award the 2013 Crack Sealing Project contract to C.R. Contracting in the amount of $195,300 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: Crack sealing is a maintenance treatment used to prevent water from infiltrating cracks in a roadway. When water does infiltrate through these cracks, it leads to accelerated damage of the roadway. Historically, Public Works Operations crews have performed crack sealing. While these crews still perform a significant amount of crack sealing work annually, the volume of work has exceeded the resources and time available of in-house personnel. Therefore, several roadways in the valley were identified to have crack sealing performed by a Contractor. The Bid opening for this project was held on May 21, 2013 with four bids received. The lowest responsive bid was submitted by C.R. Contracting, in the amount of $195,300. The Engineer's estimate was $238,800. The Public Works Director recommends awarding this contract. The project consists of installing approximately 18 tons of rubberized asphalt for crack sealing the identified asphalt roadway sections. EXHIBITS: Public Works Memo dated 5/21/2013 RECOMMENDED BY: Public Works Director BUDGET IMPACTS: Contract will be paid with Business & Occupation tax revenue. PUBLIC WORKS DEPARTMENT Timothy J. LaPorte, P.E., Public Works Director KENT Address: 220 Fourth Avenue S. W A S H I N c 7 o N Kent, WA. 98032-5895 Phone: 253-856-5500 Fax: 253-856-6500 DATE: May 21, 2013 TO: Mayor Cooke and Kent City Council FROM: Timothy J. LaPorte, P.E. Public Works Director RE: 2013 Crack Sealing - Award Bid opening for this project was held on May 21, 2013 with four bids received. The low bid was submitted by C.R. Contracting in the amount of $195,300.00. The Engineer's estimate was $238,800.00. The Public Works Director recommends awarding this contract to the low bidder. Bid Summary 01. C.R. Contracting $195,300.00 02. Evergreen Asphalt & Concrete $207,020.00 03. Doolittle Construction $215,800.00 04. Northwest Asphalt, Inc. $250,280.00 Engineer's Estimate $238,800.00 REPORTS FROM STAFF, COUNCIL COMMITTEES, AND SPECIAL COMMITTEES A. Council President B. Mayor C. Administration D. Economic & Community Development E. Operations F. Parks & Human Services G. Public Safety H. Public Works I. Regional Fire Authority J. Other K. Other 400 �-/ KENT ECONOMIC & COMMUNITY DEVELOPMENT COMMITTEE MINUTES March 11, 2013 Committee Members Committee Chair Jamie Perry, Deborah Ranniger, Bill Boyce. Committee Member Higgins attended for Ranniger. Perry called the meeting to order at 5:30 p.M. 1. Approval of Minutes Committee Member Boyce Moved and Committee Member Higgins Seconded a Motion to approve the February 11, 2013 Minutes. Motion PASSED 3-0. 2. Central Washington University Coming to Green River Community College Central Washington University (CWU) Kent Station Site Director Trina Ballard stated that CWU has established eight centers where a variety of student programs are offered. Kent's center is located within the Green River Community College Campus Building at Kent Station. Ballard stated that the main program focuses on elementary education with middle level science. Students can teach K-81h grade, can qualify to teach science up to 91h grade by taking a certification exam, and can add an optional math endorsement as well upon completing the mid- level science program. This program is defined as a two-plus-two program, where students are invited to transfer into the program after completing their first two years at a community college. Ballard spoke about a new program defined as Dual Admission where students can apply to CWU while attending community college. Ballard stated that though this program is designed as a transfer program, teachers holding a four-year degree may apply for certification to teach math or science. CWU began as a school to educate and train teachers for Washington State and has branched out to offer training programs through the eight centers. The centers limit enrollment to 25 students. Kent has 18 students enrolled at this time. The goal is to educate and certify teachers to instruct in their local school districts. Ballard stated that CWU is working with the City and with the Kent School District to promote awareness of their presence in the community. Once we have more clout in the community we will be able to have a higher profile in terms of marketing and signage. Informational Only 3. Federal Way Transit Extension Update Sound Transit's Federal Way Transit Extension Project Manager, Cathal Ridge stated that Sound Transit (ST) is in the midst of Phase I, the alternatives analysis stage, which will extend through mid 2013. At that time ST will move into the draft environmental impact stage which will extend through the end of 2014, then move into the Final Environmental Impact Statement (EIS) and preliminary engineering stage which will take ST into 2016. The goal is to reach a decision and attain environmental approval for the project in 2016 in order to move forward with design and construction. Ridge stated that ST will return to the ECDC possibly in June to report on the results of the analysis process. At that point ST will conduct public open houses. Based on results of the alternative analysis; and on input received from city councils, and the public during the open house period; ST will identify which alternatives to take into Phase II, the Draft EIS stage. Ridge described locations where ST is analyzing the feasibility for rail alignments such as along: SR-99, I-5/509, 301h Avenue running just south of 2161h to the Kent Des Moines Road, and a residential street alignment located one block west of Hwy 99 along 241h Avenue (primarily located within the City of Des Moines). ST is looking at potential crossing locations at 2401h and at 272nd ECDC Minutes March 11 2013 Pagel of Ridge stated that a corridor segment from Angle Lake, South of 2001h down to Kent-Des Moines is currently funded for construction. ST is moving forward with the environmental process for the entire project south to the Federal Way Transit Center even though construction funding has not been identified for south of the Kent-Des Moines area. Ridge stated that ST feels that if they can obtain environmental approval for the entire project then perhaps at a later date ST will be able to identify funding to move forward with design and construction. Ridge described locations where it might be possible to transition from one corridor to another defining median, elevated and mixed median alternatives. He cited locations where ST has considered placement of median, elevated or a mixed median light rail system. Ridge's power point presentation illustrated several light rail alignment possibilities. Ridge stated that the cost to build light rail alignments range from 1.3 to 1.7 billion dollars depending on location. Ridge stated that ST looked at suggested alternatives during the early scoping period with a view towards examining those alternatives to look at in more detail and which met the criteria for extending high capacity transit service further south. Ridge stated that ST determined that pursuing the transportation system management alternative was not a viable long-term option as congestion along I-5 is at 8 hours per day with congestion projected to increase to 11 hours per day by 2035. Similarly, along SR-99 ST expects up to 19 intersections to operate at Level-of-Service F in that timeframe unless there is some significant investment in the corridor. Additionally, population and employment in the corridor is going to increase and overall transit demand in the Seattle/Tacoma corridor is projected to increase by 30-40 percent by 2035. Ridge stated that ST dismissed the I-5 and SR-99 BRT alternatives options due to congestion issues, a requirement to invest in an exclusive right-of-way, and the fact that only 1000 people per hour could be transferred versus 82,000 people per hour with a light rail alternative. Ridge stated that ST ruled out: (1) a mixed median alternative north of 2401h, (2) an east side of I-5 alternative was cost prohibitive (5 to 6 times the cost of a normal structure) as it would require two 700 foot structures to span I-5 both from both the east and west side of I-5, (3) a west side of 24th Avenue alternative as 24th Avenue is a single family residential street with several community facilities, schools, churches, a fire station and memorial park that would be directly impacted, (4) a transitioning alternative from I-5 to SR-99 along 272"' Street as that is an east/west street requiring two right-angle turns to make that transition from one alignment to another which would significantly reduce travel time. Ridge stated that ST considered five big differentiators (daily ridership, travel time, traffic impacts, right-of-way impacts, and overall cost) in their analysis of alternatives. Ridge described several alternative options that ST considered which included: (1) A mixed west side I-5 alternative with a transition into the I-5 median south of 2401h ; (2) several at-grade and mixed median alternatives were considered for the SR-99 corridor with ST continuing to look at an elevated median alternative along SR-99, coupled with 301h Avenue from south of 216th to the Kent DesMoines Road; (3) an elevated median alternative along SR-99 coupled with the I-5 alternative; (4) an elevated east side alternative; (5) an elevated west side alternative, and (6) 24th Avenue alignment coupled with the SR-99 alternative. Ridge stated that ST favored moving forward to further analysis Option 5. Ridge stated that ST will continue to look at alternatives along I-5; both the mixed west side alternative and the mixed west side alternative combined with a mixed median alternative. ST feels that the alternative that makes the most sense along 301h Avenue is an elevated west side alternative due to the setbacks along 301h Avenue that could possibly accommodate an elevated guide-way. ST will continue to explore an elevated median alternative and a new hybrid alternative along SR-99 that would allow for transitioning back and forth from the east to the west side of the street within certain segments of the corridor to avoid major impacts to that corridor. Ridge stated that as part of the station location planning process, ST worked to whittle down the initial range of proposed alignments to something more manageable to look at in more detail. During the planning process ST identified station locations at the Kent Des-Moines Road, on 272"' Street and at the Federal Way Transit Center. As ST moves into the Level II analysis phase ECDC Minutes March 11,2013 Page 2 of 4 they will look at station locations in more detail, including travel time, ridership and cost implications for providing additional stations. Ridge stated that when ST moves into the Environmental Impact Statement (EIS) stage of project development, ST will flesh out details regarding station layouts, access issues, and parking issues. The EIS process begins after Phase I during the latter part of 2013 through 2015. Ridge stated that ST also analysis the City of Des Moines request for a station location at 2161h Informational Only 4. DSAP & Planned Action Ordinance Update CPA-2012-1 Planning Director Fred Satterstrom stated that the Downtown Subarea Action Plan (DSAP) has been a Council priority for over two years. He stated that staff formed a Downtown Steering Committee which included Council Member Jamie Perry who also served as liaison for the Council and Randall Smith a member of the Land Use and Planning Board. Satterstrom stated that many of the DSAP's strategic actions (last updated in 2005) have been achieved. Staff is looking at a new subarea planning focus and expanding the geographic scope of the downtown study area. Satterstrom stated that the Subarea Plan (DSAP) will update the Comprehensive Plan. Staff is currently completing a Supplemental Environmental Impact Statement (SEIS) with the assistance of a consultant. Satterstrom stated that the Planned Action Ordinance (PAO) serves as a guide to city-wide planning and capital improvement projects. The PAO will guide in evaluating environmental impacts for the entire subarea and for the City's proposed actions and desirable use patterns. Satterstrom stated that the streamlined environmental review process is used when private development proposals are consistent with the SP; with the same holding true for mixed use residential infill exemptions (residential infill projects with a component of mixed use or commercial development). Satterstrom stated that as a follow-up to the DSAP, staff anticipates producing some zoning amendments and updates to Kent's Downtown Design Guidelines. Satterstrom spoke about the planning principles and how they formed the basis for putting together a proposal. Satterstrom stated that the downtown subarea is comprised of old town blended with the area designated as the historic urban center. Staff expanded the DSAP boundaries to include the commercial area west of SR-167 with a goal to achieve better connection with downtown and by association influence development in the downtown area. Portions of Central Avenue have been added to the subarea due to its proximity and location relative to downtown. Long Range Planner Gloria Gould-Wessen stated that this project included a public participation process whereby staff reached out to the communities, used online resources, the city's website, and multimedia social media sites. Staff reached out to the communities of North Park, Scenic Hill, Mill Creek and Kent SODO, neighborhoods that surround downtown. She acknowledged a North Park representative present in the audience. Gould-Wessen acknowledged the efforts of the 13 member steering committee stating that the committee held six sessions, moved through a SWAT exercise brainstorming strengths and weaknesses, opportunities and threats to downtown. Based on committee impressions and considerations staff created the first online survey that allowed people to consider what is missing, what is needed, and what would make Kent more livable, receiving over 300 responses. Survey results indicated that people want more shopping options, entertainment, social gathering places for eating, drinking, and music venues and that they want connectivity for the neighborhoods surrounding downtown. Gould-Wessen stated that those impressions were taken to the Steering Committee who then crafted possible DSAP actions that became the basis of a second survey launched online during the holidays with over 200 responses received. Folks were asked to rank preliminary actions related to land use, zoning, and urban design. Gould-Wessen stated that based on the public and Steering Committee input, staff found that increasing allowed land use designations should be considered a strategic action, citing as an example the area west of SR-167 as having a land use designation of Mixed Use, though its not ECDC Minutes March 11,2013 Page 3 of 4 zoned commercial mixed use. Staff is considering rezoning that area to a Commercial Mixed Use and increasing allowed heights from 45 to 65 feet with the hope of stimulating new development. Gould-Wessen stated that some actions under consideration include: changing the appearance and function along Central Avenue; rezoning the Downtown Commercial (DC) area to Downtown Commercial Enterprise (DCE); revising the Design Guidelines to maintain the historic street character while allowing development to occur in a more robust way; rezoning a half-block area north of James Street adjacent to the ShoWare Center presently zoned Multifamily Residential Townhouse (MRT-16) to Downtown Commercial Enterprise (DCE) in an effort to encourage redevelopment for that entire block to create a more desirable urban environment; and consideration to change the current setback regulations for MRT-16 to be more suburban in nature. Gould-Wessen stated that other actions under consideration include: identifying and implementing methods to connect Kent Station with the historic core; improve the pedestrian experience around the SR-167 underpasses; implement high speed fiber optics and Wi-Fi in downtown; reposition existing park assets to contribute to a new expanded park system; and create prominent and distinctive gateways. Gould-Wessen stated that staff will first update the DSAP, then complete the Supplemental Environmental Impact Statement (SEIS), followed by holding a Land Use and Planning Board (LUPB) workshop then public hearing. The LUPB's recommendation will go to the Economic and Community Development Committee (ECDC) for consideration possibly in May, then on to City Council for consideration possibly in June. Next steps include dealing with rezones and any amendments to the zoning code to implement DSAP directives requiring a separate public hearing, then revising the Downtown Design Guidelines. Bruce Malcom, 944 3r' Avenue N, Vice President, North Park Neighborhood Association, voiced his community's fears that their North Park neighborhood could disappear entirely as the city continues to encroach upon their community, stating that the city has taken property from James to Cole, reducing the number of North Park homes from 400 to 200 residences. Malcom spoke about the need for a safe and secure environment being the number one priority for downtown if the City wants to encourage inflow of restaurants, theatres etc. He encouraged the Council to walk the City's downtown streets in the evening to get a feel for safety and security in the community. He voiced concerns with graffiti and homeless encampment issues. Committee Chair Perry suggested that this item be brought directly to the ECDC for public hearing rather than the LUPB as Council is so fully involved in this project, suggesting holding a Council workshop. Committee Member Higgins stated that he would poll the council members. Informational Only Adiournment Committee Chair Perry adjourned the meeting at 6:45 p.m. Pamela Mottram, Secretary Economic & Community Development Committee PIAPlanningAECDCA20]3\Mlnutes\03 1113_Mln.doc ECDC Minutes March 11,2013 Page 4 of 4 KENT WASHINGTON OPERATIONS COMMITTEE MINUTES May 7, 2013 Committee Members Present: Les Thomas, Chair, Dennis Higgins and Jamie Perry The meeting was called to order by Les Thomas at 4:03 p.m. 1. APPROVAL OF MINUTES DATED APRIL 16, 2013. D. Higgins moved to approve the Operations Committee minutes dated April 16, 2013. J. Perry seconded the motion, which passed 3-0. 2. APPROVAL OF CHECK SUMMARY REPORTS DATED 4/1/2013 THROUGH 4/15/2013 AND 4/16/2013 THROUGH 4/30/2013. J. Perry moved to recommend that the City Council approve the Check Summary Reports dated April 1,2013 through April 15,2013 and April 16,2013 through April 30,2013. D. Higgins seconded the motion, which passed 3-0. 3. CONSOLIDATING BUDGET ADJUSTMENT ORDINANCE FOR ADJUSTMENTS BETWEEN JULY 1, 2012 AND DECEMBER 31, 2012- APPROVE. B. Nachlinger requested authorization to approve the technical gross budget adjustment ordinance reflecting an overall budget decrease of $2,957,872 for budget adjustments made between July 1, 2012 and December 31, 2012. This process is requested twice a year to approve the adjustments. The reduction is largely due to the refund of the Public Works Trust Fund Loan. D. Higgins moved to recommend Council approve the consolidating budget adjustment ordinance for adjustments made between July 1, 2012 and December 31, 2012 reflecting an overall budget reduction of $2,957,872.. J. Perry seconded and the motion passed 3-0. 4. FINANCIAL SUMMARY REPORT AS OF MARCH 31, 2013 (INFORMATION ONLY). B. Nachlinger presented the Financial Summary Report as of March 31, 2013. He mentioned that based on the information available through March, the ending fund balance is estimated to 10.4% of the expenditure budget. The property taxes and Sales taxes are showing an improvement. Building permits and Plan check fees are up by 21% from the budget. For expenditures, the year end projection is at 1.2% below the budget. S. DISCUSS B & O IMPLEMENTATION: 3PL (INFORMATION ONLY). D. Galazin and Mayor Cooke brought up the concern of 3PL businesses regarding B&O Tax. These businesses do not generate any revenue from the product sales. Their revenues are marginal and they want the city to take their business model in consideration. Further discussion on this topic will continued on May 21s' at the City Council Workshop. The meeting was adjourned at 4:44 p.m. by L. Thomas. Operations Committee Minutes May 7, 2013 Page: 2 Satwinder Kaur Operations Committee Secretary i i i Parks and Human Services Committee Meeting April 18, 2013 N'nSaINGTGN Council Committee Members: Chair Debbie Ranniger, Elizabeth Albertson, Dana Ralph Chair Debbie Ranniger called the meeting to order at 5:03 p.m. Item 1: Minutes of March 28, 2013 - Approve Committeemember Ralph moved to approve the minutes dated March 28, 2013. Committeemember Albertson seconded. The motion passed 3-0. Item 2: Naming of Fire/Police Department Exercise Room - INFO ONLY Fire Chief Jim Schneider spoke of City of Kent Firefighter Marty Hauer who was an International Association of Firefighters Peer Fitness Trainer. He devoted his entire career to the promotion of health and wellness, as well as advocating for early detection of cancer. Firefighter Hauer contracted a rare form of cancer that was not detected in prescreening and he passed away at the age of 41. Marty spent his last five years on the development of a Regional Wellness Center designed to serve many fire and police departments in the Seattle, Kent, and Tacoma area. Because of Marty's dedication, the Kent Fire Department RFA would like to name the Joint Fire/Police exercise room, at Fire Station 74, located at 24611 116th Avenue SE, in memory of Firefighter Marty Hauer. The Kent Fire Department RFA leases Fire Station 74 from the City of Kent so Chief Schneider conferred with CAO John Hodgson and Police Chief Thomas and received approval. Chief Schneider noted that since the naming policy refers to facilities and parks, naming a room does not require a formal process. If moving forward, the dedication would occur on Wednesday, June 19, 2013 at the scheduled Kent Fire Department RFA Governance Board meeting. Director Watling reiterated that this exercise room is used by public safety staff only and not a public space, so there is no need to take formal action as traditionally required through Parks and Recreation Policy 1.14 - Naming Parks and Facilities. The Committeemembers unanimously agreed that it is a wonderful idea and fully support it. They felt no reason to take formal action. Facilities staff will be directed to proceed with Chief Schneider on naming the room. 3. King Conservation District Grant Agreement for Green Kent Partnership - Accept/Authorize Park Planning and Development Manager Hope Gibson reported that this is year four that staff applied for and received a grant from the King Conservation District to continue implementation of the Green Kent Partnership. Specifically, this grant funding breakdown is: $29,747.76 for a Green Kent temporary employee (includes Page 1 allowable mileage stipend) and $2,365.78 for an intern, both to supplement available Parks personnel and provide field support to stewards, $15,794 to Forterra for regional coordination and trainings, $9,000 for contracted crew work, $1,370 for tools and plants, and $4,125 to offset the Special Programs Manager's time overseeing the project. Director Watling commented on the positive three way partnership with Forterra, King Conservation District, and the City of Kent. Director Watling commended the Park Planning staff on taking the lead on this funding and the successful management of the Green Kent Program. Committeemember Albertson moved to recommend accepting the $62,402.54 King Conservation District grant, authorizing the Mayor to sign the agreement and approving the expenditure of funds in the Green Kent Partnership budget. Committeemember Ralph seconded. The motion passed 3-0. Item 4: 2013 First Quarter Fee-in-Lieu Funds — Accept Manager Gibson reported that between January 1, 2013 and March 31, 2013, the City of Kent received a total of $70,125.00 from the following developer who voluntarily paid fees in lieu of dedicating park land to mitigate the development of single family homes in local subdivisions: Springwood Park budget: $54,825.00 from Henley USA LLC • Springwood Park budget: $15,300.00 from Henley USA LLC Committeemember Ralph moved to recommend accepting the $70,125.00 fee-in-lieu funds and amending the Community Parks Reinvestment budget for future expenditure of funds in the Springwood Park budget. Committeemember Albertson seconded. The motion passed 3-0. Item 5: Recreation Conservation Office Grant Agreement Amendment - Accept/Authorize Manager Gibson stated that Victoria Andrews is extraordinary in obtaining grants for some of the programmatic work we do and Brian Levenhagen is exceptional in obtaining grants for some of the park development projects. The city has an agreement with the Recreation and Conservation Office (RCO) Washington Wildlife and Recreation Program and this amendment awards the city $144,880.00 in additional funds to reimburse the purchase of the Schulte property. This .71 acre site will be included in the Clark Lake Assemblage. Director Watling added that these funds are part of completing the land acquisition of the Schulte property with full grant funding. Director Watling also complimented Brian Levenhagen in doing a fantastic job as we've been very strategic in our acquisitions and our grant funding options. Page 2 Committeemember Albertson moved to recommend authorizing the Mayor to sign the Recreation and Conservation Office grant amendment to receive $144,880.00 in funds to reimburse land acquisition at Clark Lake. Committeemember Ralph seconded. The motion passed 3-0. 2013 First Ouarter Report and Contributions Report - INFO ONLY Director Watling highlighted division programs and services, as well as in-kind, and/or cash contributions received during the first quarter of 2013. Riverbend. In looking closely at the first quarter of 2013, the revenues are up in all four revenue centers at the Riverbend Golf Complex. That is 30% up in revenue from 2011 and 2012 comparably, and it is approximately a $90,000 improvement in the first quarter alone. Park Operations. During the spring season, we have a lot of preparation happening within our park acreage. The crews are conducting safety compaction in our play areas during the first quarter of the year and bringing in two cubic yards of bark for our play areas. Athletic Complexes. Staff is prepping for a busy tournament season as we are careful to amend the soil to have the right mix. Approximately 26 tons of infield mix has been spread onto our fields to minimize injuries and maximize use. Kent Commons. We had over 65,000 customers at Kent Commons during the first quarter of 2013. A couple years ago, due to budget decisions, we consolidated Adaptive Recreation and Youth/Teen staff and services over to Kent Commons. We have begun to see high synergy within the programs at Kent Commons. One very popular family program is the Indoor Park with an average of 70 customers per day. Rentals. We've added four additional shelter spaces to rent this year. We anticipate over 70,000 people will be served through our reservation program. Phoenix Academy. The center continues to be very innovative. Director Watling commended super volunteer Tremain McPherson. Tremain provides supervision in the game room at Phoenix Academy. Besides offering regular activities such as pool, ping pong, foosball and video game tournaments, we have begun to train teens for job skills and resume building. The two teens that committed to the program and worked with Tremain have jobs now. Contributions Report. This report demonstrates the work of our staff throughout the department. This is reflective of donations of $5,000 and less, none that require formal action. We received over $21,000 from residents and businesses from cash and in-kind gifts. We are very thankful and honored to partner with them. Quarterly Reporting. Director Watling asked Committeemembers if the Quarterly Report is of value and if they'd like it packaged differently. Comm itteemem bers Ralph and Albertson were in agreement that the report holds a wealth of knowledge and they appreciate seeing the depth of our services and they impact the community. Page 3 To share this information with the remaining Councilmembers and the public, Chair Ranniger suggested presenting a quarterly report at the City Council meetings. Committeemembers recommended a distilled report, modeled after the Public Safety Report, showing graphs, statistics, and trends with a focus on key seasonal programs. Debbie will talk to President Higgins for approval. Director's Report Volunteer events. Earth Day Saturday, April 20 at Clark Lake Park is already full. Arbor Day is on April 27 at West Fenwick Park and National Trails Day is May 18 at Lake Fenwick Park. Registrations are going great. Committeemembers were invited to stop by. Tournament Season. We received some proof of the economic benefit resulting from our tournaments. Service Clubs up on East Hill has become a haven for our girls fast pitch tournaments. We recently received call from Safeway up at Kent Kangley, asking for a tournament schedule because their deli was sold out by two teams from Canada playing in a tournament at Service Club Ballfields. King County Parks Levy. Director Watling addressed the Council's request for an update on the proposed King County Parks Levy going on the ballot in August. Director Watling served on the task force that helped shape what that levy looked like. This is a renewal - in 2004, the levy was on the ballot for 5 cents per $100,000 and was a stop gap to keep parks open. In 2008, it was renewed as two levies that totaled 10 cents per $100,000. The 2013 proposed levy is 18.9 cents per $100,000. It is important to note that the levy has become King County Park's primary funding source. It is not a levy for local and regional parks. A majority of the funds would support operation of King County's larger regional facilities such as: Burke Gilman Trail, East Lake Sammamish Trail, portions of the Green River Trail, the Cedar Trail, Marymoor Park, and the Woodland Park Zoo. This levy supports King County operating expenses for the regional system, capital reinvestment, deferred maintenance, as well as their strategic plan for acquisitions. From the 18.9 cents, 1.3 cents is proposed to be divided up by 39 cities, based on population and acreage. Previously, County levy funding was for acquisition or trail funding. In this proposed levy, the 1.3 cents for local cities would support any capital needs within its local system. For Kent, it would represent about $200,000 per year. It's now with the King County Council to make the decision. If the levy is placed on the August ballot, it would then transition into campaign mode. Director Watling feels it is a very important measure for the regional system, but it is tough knowing the plight of local systems - including our own aging infrastructure. He is concerned about sustainability and that this growing levy is only supporting the regional system, not the local systems. He feels we need to find ways to get funding back into our local systems. Committeemember Albertson believes local cities should get a bigger portion of the levy. She struggles with residents thinking the levy sends sufficient funds to local cities. This may cause tension from residents wondering why local cities don't have enough reinvestment funding for parks if they just passed a parks levy. Page 4 Committeemember Ralph feels it's a struggle for system capacity. At some point system-wide, we are going hit that capacity and the dollars aren't necessarily going to be available. In integrating the parks we've acquired from the regional system into the city, the money hasn't followed. It's not enough funding to bring those parks up to city standard. Director Watling said that if we really want to think about sustainability, we need to look at the relationship between the regional and the local system. The city has been part of solving the County budget problem since 2003, when they transferred their high use parks and facilities to local cities. Cities continue to fund the operation of those parks as well. They are united systems that lean on each other. As residents think of park systems, it consists of both local and regional park amenities. It is going to be very important to make sure both regional and local parks are supported, funded and vibrant. Committeemember Albertson is concerned with the consequences if the levy doesn't pass. As King County's primary funding source, what happens in shoring up the regional assets she's paid for and enjoyed for so long? It is similar to school districts using levy funding for day-to-day operations and not system improvements and larger projects. Committeemember Albertson asked for clarification on cities having the opportunity to submit a list of parks for funding, if the levy passed. Director Watling responded no, there is no application process to King County. There is just the potential of Kent getting approximately $200,000 based on the 1.3 cents. Continuing, Director Watling said, when we looked at the work with our citizens group and some of the reinvestment needs we have, Wilson Playfields Renovation is at $1.8M and the Lake Meridian new dock is at $1.5M. The two hundred thousand dollars will help, but it's a different list in terms of how we reinvest those funds in order to keep our parks functioning. Chair Ranniger adjourned the meeting at 5:43 p.m. Respectfully subrr� ted, :1 e Teri Petrole Council Committee Secretary i i Page 5 `/ KENT CITY OF KENT PUBLIC SAFETY COMMITTEE MEETING MINUTES March 12, 2013 COMMITTEE MEMBERS: Les Thomas, Dana Ralph, and William Boyce, Chair. The meeting was called to order by Council Chair William Boyce at 5:30 p.m. 1. Approval of Minutes Councilmember Thomas MOVED and Councilmember Ralph SECONDED a Motion to approve the February 12, 2013 minutes. Motion PASSED 3-0. 2. Ordinance amending KCC 9.02.230 "Public Facility — Illegal activity — Exclusion" Assistant City Attorney David Galazin presented information regarding the extent to which try to define public facility assemblage. Worked with parks on geographically grouping assemblage areas. Also targeting specific, repeated behavior in areas. If people repeatedly do illegal activities, they should be prohibited from returning. Public urination was added to ordinance as an illegal activity and the timeframe for which exclusion could be imposed. Councilmember Boyce questioned the identification of public facilities. Galazin indicated that certain areas don't qualify as public facilities, i.e., sidewalks. People have a right to travel on public thoroughfares, but if you do an illegal activity within the public facility, you can be excluded. Councilmember Thomas questioned the Uplands Playfield location since he believed it was the old Borden playfield site. Pat Fitzpatrick indicated that the Uplands Playfield is the skate park located adjacent to the railroad tracks. After deliberating, Councilmember Ralph MOVED and Councilmember Thomas SECONDED a Motion to recommend adoption of the ordinance amending Chapter 9.02.230 of the Kent City Code, entitled, "Public Facility — Illegal activity — Exclusion," adding to the list of activities that warrant exclusion, and defines and identifies public facility assemblages to which exclusion orders apply. Motion PASSED _3-0. 3. Photo Traffic Enforcement in School Zones — Information Only Sergeant Robert Constant provided an update indicating that he participated in multiple meetings with city attorney's office in addition to contacting local vendors. He has compiled a list of requirements to send to potential vendors to see if they can meet the needs of city so that the determination can be made as to whether or not a request for proposal needs to be prepared. Sergeant Constant, Police Chief Ken Thomas, and Finance Director Robert Nachlinger are meeting tomorrow to discuss the structure of the funds. Councilmember Ralph has indicated she desires that and funds generated will remain in the police department so that the costs to run the program can be covered and that any additional funds remain in the police department and be allocated to public safety. Councilmember Thomas questioned why Millennium elementary is listed as a potential school. Sergeant Constant indicated that the cameras for Millennium would be located off 1241h Avenue Public Safety Committee Minutes March 12, 2013 1 S.E. and S.E. 272"' - a major street. The cameras for Kentridge would be located at S.E. 2081h and 1241h - a five lane roadway. Once the vendor is selected a feasibility study will be completed to determine the school locations that will have the cameras. The study will identify locations based on the needs for city standards and state requirements. Councilmember Ralph questioned the fee structure and how they have been determined. Sergeant Constant indicated that the minimum fine set by the State is $124. Chapter 46.61.440 RCW, specifies that, if found guilty of school zone violation, the fine is automatically doubled making the fine $247 - there is no option for diversion. The city's proposed $124 fine is the same as a regular speeding fine and would be the most manageable position. If the violation is for at least 11 mph over the posted speed limit, the statutorily required fine would be $248, so the city's $225 fine is appropriate and is comparable to surrounding cities. Councilmember Boyce asked about the next steps. Sergeant Constant indicated that if they expect to implement the program by the fall (the start of the next school year), they will need to identify the vendor(s) and make a determination as to whether or not a Request for Proposal is appropriate. If only one vendor meets the city's requirements, then we can move forward with that one vendor streamlining the process. The feasibility study will be performed in April and May so that it can be completed prior to the end of the current school year. Deputy City Attorney, Pat Fitzpatrick, requested direction from the committee. Council member Boyce indicated that an ordinance be presented at the April Public Safety Committee so that it can be approved and sent to the full council. The law department can work on preparing an RFP or sole source memorandum so they are ready to go once the ordinance is passed. Councilmember Thomas suggested bringing the ordinance to council under Other Business 4. Jail Updates - Information Only Commander Diane McCuistion provided updates from 2012 including: staff changes, operational changes, community partnerships, and contractual information: Staff Chanaes • Commander change Curt Lutz left to Chelan County Jail - a 27 year career with Kent Jail (17 as Cmdr) Diane McCuistion - promoted through a promotional process • Sergeant change Travis Reed - was promoted to Sergeant Reed • Programs Sergeant change Gini Griesbach was promoted to Programs Sergeant • Programs Work Crew Coordinator Matt Crawford - received the position • Two Corrections Officers were hired Andrew Reed - replace Eric Vance who is now a patrol officer for Enumclaw James Chapman - replace Sergeant Reed's spot due to Commander Lutz leaving Operational chanaes: • Safety was a priority in 2012 • We enhanced our security system by adding additional cameras and an 8 channel DVR recorder One camera was added on the roof - view the court entrance and the back of the jail One camera by control - view the entrance to medical, the kitchen and laundry room The final camera was added - in the contact visiting room to enhance civilian safety This project was grant funded • Cuff ports - added to all of the lower tear of C-unit (5-cells) Public Safety Committee Minutes March 12, 2013 2 Created more secure holding for mental ill, and max status inmates • Restored security lights on the roof of the jail Better visibility for staff to monitor • Two Additional Tasers were purchased from patrol Increased the amount of Tasers available for officers • Five new radios were purchased Each officer is assigned a radio This purchase was grant funded (INS funds) Community Partnerships: (Work Crew Coordinator and Inmates assisted) • Auburn Food Bank - breakfast fund raiser • Kent Food Bank - breakfast fund raiser • Cornucopia Days - garbage pickup and assisted with event setup and takedown • Kent Kiwanis - food stand assistance • Kent Lyons - (farmers market and Christmas lighting parade) setup, takedown and garbage pickup • Tahoma National Cemetery - Veterans Day and Memorial Day event assistance • KPD -homeless camps, graffiti removal, emissions building and training center grounds cleanup • New Connection - Building and grounds cleanup Contractual information: • Renewed Chelan County Jail contract For population management (if needed) • Maple Valley Contract Two beds are contracted for Maple Valley inmates Generates $84,000.00 a year in revenue for the city • Criminal Justice Training Center Contracts our work crew services Assistant Chief Jon Straus indicated that Commander McCuistion has been doing an excellent job. As the budget improves, the police department will review the staffing at corrections and may be in a position to add additional corrections officers to improve safety. Additionally, City staff have met with the VERA Institute and asked the committee to consider having the Institute present at a Public Safety Committee meeting in May or June. Adiournment Councilmember Thomas adjourned the meeting at 5:59 p.m. Kim A. Komoto Public Safety Committee Minutes March 12, 2013 3 PUBLIC WORKS COMMITTEE May 6, .2013 COMMITTEE MEMBERS PRESENT: Committee Chair Elizabeth Albertson and Committee members Dana Ralph and Dennis Higgins were present. The meeting was called to order at 4:10 p.m. Item 1 — Approval of Meeting Minutes Dated April 15, 2013: Committee member Higgins MOVED to approve the minutes of April 15, 2013. The motion was SECONDED by Council member Ralph and PASSED 3-0. Item 2 — Information Only/Water Festival - Update: Gina Hungerford gave a brief overview of the Water Festival that took place on March 26 and 27 at Green River Community College in Auburn. The Water Festival has taken place for the past 14 years. This year there were 1,600 registered fourth and fifth graders from 14 schools; 8 from Kent and 6 from Auburn, Lake -Haven Water District, in Federal Way also participated in this event. The two day event included the following presentations: • The Water Magic Show with Master Magician Steffan Soule. Steffan awed the kids with his magic when he took water and turned it into a solid (ice) and then into a gas (steam). • Critters from Point Defiance Zoo — taking care of the environment not just for people, but for all living things. • Awesome Water Bugs — the kind of bugs found indicate water quality • Trees & Our Water — kids planted small trees learning how trees play an important role in the water cycle, moving water from the earth to the air. • Marine Science Technology Center — Underwater Sea Life where Sponge Bob Square Pants started the conversation and inspired learning about life in Puget Sound. Hungerford gave committee members a handout of the campus maps and a list of presenters and schools that attended the Water Festival. Committee member Higgins thanked Gina for the success of this festival stating that his wife works in the school district and is reminded by their daughter not to drink bottled water but to purchase a refillable bottle instead. Public Works Director, Tim LaPorte and committee members Albertson and Ralph also thanked Hungerford for a job well done. Information Only/No Motion Required Item 3 —Waiver of Bidding and Signature Procurement Code Requirements• Fleet Superintendent, Ron Green briefed the committee regarding the city's practice to expedite purchase of services, materials and supplies to repair PUBLIC WORKS COMMITTEE May 6, .2013 equipment that has been damaged or isn't working and put it back in service as quickly as possible. The purpose of this motion is to authorize this limited exception to the city's procurement code. There was much discussion among staff and committee members as to what the motion includes and what it really means. Green noted that fleet is the largest procurement card user in the city. Green went over the following items: • Current Procurement Practices • Procurement Process & Steps • Benefits of using this type of procurement code • How Often they are 'over the limit" • Dollar Limit Safeguards — against abuse • Fuel Charges account for 50% of the total purchases for fleet • Parts for New Equipment — when equipment has been damaged? • Expensive Repairs — Vactor truck needed a new fan at a cost of $27,000 • Accident Damage - i.e., 3 new police vehicles were in an accident and need to be replaced as soon as possible. City Attorney, Tom Brubaker noted that it is important to get vehicles and equipment back in service. Brubaker noted this has been the past practice and what we have always done. He would like to make it official with the committee's authorization. Higgins stated he would like staff to prepare quarterly reports for large expenditures and share them with the committee. It was decided that a motion would not be made at this time. This item will come back to the Public Works Committee meeting with more detailed information. Item 4 — Information Only/Street Vegetation — Update Scott Schroeder went through a series of pictures showing what the street vegetation crews are responsible for. Schroeder noted the following: • Color Zoned & Inventory Map stating when and what zones particular parts of the city are mowed. Information can be found on the city's website at http://www.ci.kent.wa.us/publicworks/maps.aspx?id=16163. • There are 320 lane miles of roadside to mow • We have 11 lane miles of planted traffic islands to mow • There are 3 side arm mowers in use at all times during the season, one mowing each portion of the city - east, west and the downtown core of Kent. PUBLIC WORKS COMMITTEE May 6, .2013 There is 16 million square feet of side arm mowing done each mowing season. That equals 15,000 square feet of land per hour. Schroeder went on to explain the different areas that his crew maintains on a weekly, bi-weekly or monthly basis and the challenges encountered in maintaining those areas. Information Only/No Motion Required Item 5 — Consultant Services Agreement/Noel, Inc. for Engineering Services/Green River Flood Protection, Emergency Flood Response & Ecosystem Restoration Proiect: Toby Hallock stated that the City of Kent is working on a number of projects along the Green River which involve flood protection and ecosystem restoration. The flood protection projects include levee repair and other improvements along the Green River. Ecosystem restoration projects include projects along the Russell Road Levee, Boeing Levee, Leber Homestead and Downey Farmstead Projects. With over 35 years of service with the Army Corps of Engineers, Noel Gilbrough will provide the City guidance and consultation on the Corps' processes for flood protection and ecosystem restoration projects. In addition, Mr. Gilbrough has significant first-hand experience with flood fights and could provide this service if necessary during a flood event. Committee member Ralph MOVED to recommend Council authorize the Mayor to sign a Consultant Services Contract with Noel, Inc. for Engineering Services related to Green River Flood Protection, Ecosystem Restoration Projects and Emergency Flood Response in the amount of $22,100 subject to final terms and conditions acceptable to the City Attorney and Public Works Director. The motion was SECONDED by committee member Higgins and PASSED 3-0. Item 6 — Briscoe/Desimone Levee - Interlocal Agreement with King County Flood Control District for Levee Construction, Operation and Maintenance City Engineer, Chad Bieren and Public Works Director, Tim LaPorte met with the King County Flood Control District regarding the Interlocal Agreement with them for the Briscoe/Desimone Levees. The State of Washington included in its 2011- 2013 biennial budget a $7 million grant for the Briscoe/Desimone Levee. This funding was directed through the King County Flood Control District and is intended to pay for improvements to the levee needed for FEMA accreditation. The Flood Control District also has funding set aside in their budget for this levee segment. PUBLIC WORKS COMMITTEE May 6, .2013 After prolonged discussions between the City and Flood Control District Staff on the best alternative for the reconstructing weak levee sections, the Flood Control District Board of Supervisors, at their February 26, 2013 meeting, adopted the city's setback floodwall alternative. Because half of the project is located in Tukwila, the City of Kent will enter into a separate interlocal agreement with Tukwila to complete the work. The interlocal agreement describes the procedure for King County to reimburse the City for the reconstruction effort on the Briscoe/Desimone Levee using state grant money and Flood Control District Funds. This item passed through Committee 3-0, and will go on the Council Agenda under Other Business at the May 21, 2013 meeting. Committee member Higgins MOVED to recommend Council authorize the Mayor to sign an Interlocal Agreement with the King County Flood Control District for the City to receive reimbursement for improvements to and FEMA accreditation of the Briscoe Desimone Levee, subject to final terms and conditions acceptable to the City Attorney and the Public Works Director. The motion was SECONDED by Ralph and PASSED 3-0. Item 7 — SE 256th Street Proiect Status: Public Works Director, Tim LaPorte went over the current status for funding SE 256th street road improvements. He noted that the idea was first conceived in 1990 and reaffirmed annually in the Six-Year Transportation Improvement Program. The loss of the $2 million funds, from the failure of the Local Improvement District, has created a budget shortfall in the project. The exact amount of the shortfall cannot be known until the bids are opened. It was decided by the committee that we should bid the project and return to the Public Works Committee on June 3, for further discussion. Committee member Albertson stated that this project needs to move forward and that she would contact the apartment owners if need be to explain to them the importance of the project and what the benefit would be to their property. Albertson noted the following: • 60% assessed value was needed to defeat the LID — 62.35% was received • Four of the 131 property owners had the capacity with 1 signature to vote this LID down. Higgins handed out information about the area being discussed giving very detailed information about the area. PUBLIC WORKS COMMITTEE May 6, .2013 • Census block groups not 1 to 1 match - 6,600 people live in this area • 11 Apartment buildings with 2,281 people • The medium income in the area is $41,000, • in Kent $58,000 • in Seattle $59,000 Higgins stated he would like to continue with LID's and that staff should proceed with the non-covenanted properties. Finance Director, Bob Nachlinger noted that we don't have the money right now in our budget to pay for it Committee members stated they would like at a minimum to see this go out to bid. It was decided that the project needs to go forward that the covenant needs to move forward and that the B & 0 tax needs to be looked at. SE 256th Street will have the bid opening on May 29, will come to Public Works Committee on June 3, and to Council on June 4, 2013. Items 8, 9 and 10 where not heard at this meeting. It was decided they wouldn't come back to committee until after SE 256th Street bids are opened. Item 8 - SE 256th Street Agreement w/Puget Sound Energv for Utility Undergrounding: On hold Item 9 - SE 256th Street Agreement w/Comcast for Utility Undergrounding: On hold Item 10 - SE 256th Street Agreement w/Century Link for Utility Undergrounding: On hold The meeting was adjourned at 6:15 p.m. Cheryl Viseth Council Committee Recorder EXECUTIVE SESSION ACTION AFTER EXECUTIVE SESSION