Loading...
HomeMy WebLinkAboutCity Council Committees - Public Works/Planning - 08/17/2009Public Works Committee Agenda Councilmembers: Ron HarmonLes ThomasDebbie Raplee, Chair Unless otherwise noted, the Public Works Committee meets at 4:00 p.m. on the 1st & 3rd Mondays of each month. Council Chambers East, Kent City Hall, 220 4th Avenue South, Kent, 98032-5895. For information please contact Public Works Administration (253) 856-5500. Any person requiring a disability accommodation should contact the City Clerk’s Office at (253) 856-5725 in advance. For TDD relay service call the Washington Telecommunications Relay Service at 1-800-833-6388. U:\PWCommittee\Agendas\2009\Aug 17 09.doc August 17, 2009 4:00 p.m. PUBLIC WORKS COMMITTEE MEETING NOTE NEW MEETING TIME Item Description Action Speaker Time Page 01. Approval of Minutes Dated August 3, 2009 YES NONE 03 01 02. “Best Workplace for Recycling and Waste Reduction” Designation NO Gina Hungerford 05 03 03. Consultant Services Agreement/Solid Waste Recycling, Yard Waste & Food Waste Tim LaPorte/ Contract Request for Proposals (RFP) YES Mike Mactutis 10 11 04. Contract w/GeoEngineers - South 259th Street Raising YES Mike Mactutis 05 13 05. Commute Trip Reduction Funding Agreement YES Monica Whitman 03 19 06. Transit Update NO Monica Whitman 10 33 07. Street Vegetation Report NO Bill Thomas 10 35 08. Update/Operations 2009 2nd Quarter Status NO Don Millett 10 43 09. Local Purchasing Preference Ordinance YES Tom Brubaker 10 45 10. Information Only/Puget Sound Strategic Freight Corridor Grant Applications NO Tim LaPorte 10 47 This page intentionally left blank. PUBLIC WORKS COMMITTEE MINUTES Monday, August 3, 2009 COMMITTEE MEMBERS PRESENT: Councilmember Debbie Raplee filled in for Committee Chair Deborah Ranniger; who had an excused absence; Ron Harmon was present. The meeting was called to order at 4:40p.m. Debbie Raplee stated that she had Deborah Ranniger’s Concurrence on all items. Item 2 - It was decided that this item will be an information only item and will not require a motion at this time. Item 7 - Was removed from the agenda until next week. ITEM 1 – Approval of Minutes Dated July 20, 2009: Committee Member Harmon moved to approve the minutes of July 20, 2009. The motion was seconded by Raplee and passes 3-0, with Ranniger’s concurrence. ITEM 2 – Consultant Services Agreement/Solid Waste, Recycling, Yard & Food Waste Contract Request for Proposal: Public Works Director, Larry Blanchard stated that this item will not be voted on tonight, it will be heard as information only. The solid waste and recycling contract is set to expire soon. The City has issued a Request for Proposals (RFP) to provide solid waste, recycling and yard and food waste collection services in the City, including several alternatives for council consideration. Professional legal and economist assistance is needed to ensure solid waste utility customers and the City receives the best possible contract which includes keeping rates as low as possible. A selection committee for garbage service is forming; blending local businesses and community members. The committee will review the RFP’s and make a recommendation to the Public Works Committee and the Mayor. If you are interested in participating on the selection committee contact Gina Hungerford, via e-mail at ghungerford@ci.kent.wa.us at (253) 856-5549, or Kelly Peterson at kpeterson@ci.kent.wa.us/ (253) 856-5547, for additional information. Information Only/No motion required at this time ITEM 3 – Green River Levee Flood Protection Amendment to Purchase of Flood Protection Structures: Public Works Director, Larry Blanchard introduced Environmental Engineering Supervisor, Alex Murillo summarized that the Howard Hanson Dam controls the storm water runoff from the Upper Green River Watershed, an area 220 square miles in size, and protect the valley area of the City of Kent through its control of the flows in the Green River. During the storm event in January, 2009, there was excessive seepage though the right abutment on the dam. The Corps of Engineers are working to determine the path of that seepage. It is believed that the dam will not be able to operate at full capacity. The bond sale that was recommended for approval by the Public Works Committee, $1,500,000.00 of the bond money is to be used for temporary flood protection from the Green River. In order to begin purchasing the large quantities of flood protection materials needed along the Green River Levees this winter, the Public Works 1 PUBLIC WORKS COMMITTEE MINUTES Monday, August 3, 2009 Department requested to begin purchasing water-filled flood protection structures in advance of the bond funding being available in City accounts. Structural and hydraulic analysis on the levee is currently being done to see if it will hold the structures. Once the information comes back from the hydrologist we will figure out where to place the devices. Harmon thanked staff for being pre-active and for looking for local vendors. Harmon move to amend July 7, 2009, authorization for the Public Works Director to execute a contract to purchase water-filled flood protection structures to be used to protect the City of Kent from flood threats up to a maximum of $1,500.000.00 to allow for purchase of other types of flood protection structures, and all necessary equipment and contracts to install and protect said structures. The motion was seconded by Raplee and passed 3-0, with Ranniger’s concurrence. ITEM 4 – Update/Street Grant Project: Deputy Public Works Director, Tim LaPorte gave an informational PowerPoint presentation showing various projects and the funding gap for each. Information Only No Motion Required ITEM 5 – Update/Residential Traffic Calming: Engineering Design Supervisor, Chad Bieren gave an informational PowerPoint presentation highlighting what we have been up to in the past few months in regards to Residential Traffic Calming. Information Only No Motion Required ITEM 6 – Update/Safe Walking Routes to School: Engineering Design Supervisor, Chad Bieren gave a brief history of the Grant that the Police Department was able to secure for Safe Walking Routes to School. Highways and Local Programs accepted a new scope of work to substitute an asphalt 5’ path instead of sidewalk, curb and gutter. The project schedule depends on final environmental approvals from WSDOT. We hope to begin construction this fall or next spring. Information Only No Motion Required ITEM 7 – Update/Operations 2009 2nd Quarter Status: This item was removed from the agenda until August 17, 2009. Adjourned: The meeting was adjourned at 5:38 p.m. Next Scheduled Meeting: Monday, August 17, 2009 at 4:00 p.m. Cheryl Viseth, Public Works Committee Secretary 2 PUBLIC WORKS DEPARTMENT PUBLIC WORKS DEPARTMENT Larry R. Blanchard, Public Works Director Larry R. Blanchard, Public Works Director Phone: 253-856-5500 Phone: 253-856-5500 Fax: 253-856-6500 Fax: 253-856-6500 Address: 220 Fourth Avenue S. Address: 220 Fourth Avenue S. Kent, WA 98032-5895 Kent, WA 98032-5895 Date: August 7, 2009 Date: August 7, 2009 To: Chair Debbie Raplee and Public Works Committee Members To: Chair Debbie Raplee and Public Works Committee Members PW Committee Meeting Date: August 17, 2009 PW Committee Meeting Date: August 17, 2009 From: Gina Hungerford, Conservation Coordinator From: Gina Hungerford, Conservation Coordinator Through: Larry Blanchard, Public Works Director Through: Larry Blanchard, Public Works Director Michael Mactutis, Environmental Engineering Manager and Kelly Peterson, Environmental Conservation Supervisor Michael Mactutis, Environmental Engineering Manager and Kelly Peterson, Environmental Conservation Supervisor Subject: “Best Workplace for Recycling and Waste Reduction” Designation Subject: “Best Workplace for Recycling and Waste Reduction” Designation Motion: No motion required information only. Summary: Summary: The City of Kent was recognized as a King County “Best Workplace for Recycling and Waste Reduction”. The designation is reserved for agencies participating in a minimum of 16 recycling activities listed on the application. The City of Kent actively participates in 21 activities. The City of Kent was recognized as a King County “Best Workplace for Recycling and Waste Reduction”. The designation is reserved for agencies participating in a minimum of 16 recycling activities listed on the application. The City of Kent actively participates in 21 activities. As an avid promoter of recycling and waste reduction in the community we sought the designation to let our residents know that we are”walking the talk” by reducing costs and helping to extend the life of our area’s last remaining landfill. As an avid promoter of recycling and waste reduction in the community we sought the designation to let our residents know that we are”walking the talk” by reducing costs and helping to extend the life of our area’s last remaining landfill. Also, on the list of recipients is: Applus Technologies a provider of vehicle emission inspections for the State of Washington, with headquarters in Kent. Also, on the list of recipients is: Applus Technologies a provider of vehicle emission inspections for the State of Washington, with headquarters in Kent. Budget Impact: Budget Impact: None None U:\PWCommittee\ActionPage\2009\08 17 09 Best WorkplaceforRecyclingandWasteReductionGHungerford.doc 3 This page intentionally left blank. 4 5 6 7 8 9 This page intentionally left blank. 10 PUBLIC WORKS DEPARTMENT Larry R. Blanchard, Public Works Director Phone: 253-856-5500 Fax: 253-856-6500 Address: 220 Fourth Avenue S. Kent, WA 98032-5895 Date: August 7, 2009 To: Chair Debbie Raplee and Public Works Committee Members PW Committee Meeting Date: August 17, 2009 From: Tim LaPorte, Deputy Public Works Director Through: Larry Blanchard, Public Works Director Subject: Consultant Services Agreement/Solid Waste, Recycling, Yard & Food Waste Contract Request for Proposal Motion: Move to recommend Council authorize the Mayor to sign necessary consultant agreements related to the Garbage, Recycling, Yard & Food Waste Collection Disposal / Marketing totaling $100,000 or less, upon concurrence of the language therein by the City Attorney and Public Works Director. Summary: The current solid waste and recycling contract is set to expire on March 31, 2011. The City has issued a Request for Proposals (RFP) to provide solid waste, recycling and yard & food waste collection services in the City, including several alternatives for council consideration. It is anticipated to be a 7-year contract with two 2-year extensions possible at the sole discretion of the City. The potential gross value of the contract could make this the largest contract ever in the City of Kent. Currently 0.5 FTEs are dedicated to the solid waste and recycling program, though additional full time and temporary staff are working on the RFP process and administration of the program. Professional assistance is needed to ensure solid waste utility customers and the City receives the best possible contract which includes: keeping rates as low as possible; consistency with regional waste reduction goals; and meeting conservation in environmental sustainability goals set by council. The City of Kent is currently advertising a Request for Proposals to serve as the City of Kent Solid Waste, Recycling and Yard & Food Waste Collection contractor. The City and a selection committee consisting of citizens, business representatives and community groups will utilize an array of consultants and services to review proposals and make a recommendation to the City Council. Following concurrence from City Council, staff may continue to use these consultants in the negotiation process of the contract. Agreements exceeding $25,000 will be presented to the Public Works Committee and then to the full City Council for authorization before the Mayor executes the agreement. The Mayor has the sole authority to execute all agreements that are over $10,000 but under $25,000. Council authorization is not required. 11 This page intentionally left blank. 12 PUBLIC WORKS DEPARTMENT PUBLIC WORKS DEPARTMENT Larry R. Blanchard, Public Works Director Larry R. Blanchard, Public Works Director Phone: 253-856-5500 Phone: 253-856-5500 Fax: 253-856-6500 Fax: 253-856-6500 Address: 220 Fourth Avenue S. Address: 220 Fourth Avenue S. Kent, WA 98032-5895 Kent, WA 98032-5895 Date: August 6, 2009 Date: August 6, 2009 To: Chair Debbie Raplee and Public Works Committee Members To: Chair Debbie Raplee and Public Works Committee Members PW Committee Meeting Date: August 17, 2009 PW Committee Meeting Date: August 17, 2009 From: Mike Mactutis, P.E., Environmental Engineering Manager From: Mike Mactutis, P.E., Environmental Engineering Manager Through: Larry Blanchard, Public Works Director Through: Larry Blanchard, Public Works Director Subject: South 259th Street Raising – Contract with GeoEngineers to Perform Geotechnical Engineering Services for Levee Certification. Subject: South 259th Street Raising – Contract with GeoEngineers to Perform Geotechnical Engineering Services for Levee Certification. Motion: Move to recommend authorizing the Mayor to sign a contract with GeoEngineers to perform geotechnical studies and produce stamped reports necessary for levee certification for the South 259th Street Raising project, upon concurrence of the language therein by the City Attorney and the Public Works Director. Summary: Summary: In September 2007, the Federal Emergency Management Agency (FEMA) issued Preliminary Flood Insurance Rate Maps which indicated much of the Kent Valley was mapped in the floodplain. In March 2008, King County, the City of Kent, along with other valley cities filed an appeal to FEMA on the Preliminary Flood Insurance Rate Maps. The appeal maps showed less area in the floodplain compared to FEMA’s preliminary maps; however much of the Kent Valley remained in the floodplain. In September 2007, the Federal Emergency Management Agency (FEMA) issued Preliminary Flood Insurance Rate Maps which indicated much of the Kent Valley was mapped in the floodplain. In March 2008, King County, the City of Kent, along with other valley cities filed an appeal to FEMA on the Preliminary Flood Insurance Rate Maps. The appeal maps showed less area in the floodplain compared to FEMA’s preliminary maps; however much of the Kent Valley remained in the floodplain. The goal of the South 259th Street Raising Project is to improve flood protection in the valley and remove about one-third of the valley from the FEMA floodplain. The project will raise South 259th Street an average of 4 feet, from 88th Avenue South to 3rd Avenue South. By raising South 259th Street, the new road will act as a secondary levee to the existing levee at Horseshoe Bend. The City will also work to obtain certification approval from FEMA for this levee. Federal Certification will enable this project to remove a large portion of the valley from the floodplain. The goal of the South 259th Street Raising Project is to improve flood protection in the valley and remove about one-third of the valley from the FEMA floodplain. The project will raise South 259th Street an average of 4 feet, from 88th Avenue South to 3rd Avenue South. By raising South 259th Street, the new road will act as a secondary levee to the existing levee at Horseshoe Bend. The City will also work to obtain certification approval from FEMA for this levee. Federal Certification will enable this project to remove a large portion of the valley from the floodplain. Geotechnical engineering services must be performed and stamped reports must be submitted to FEMA in order to get Federal Certification. The City’s contract with GeoEngineers will provide all of the necessary geotechnical studies and reports to meet requirements for levee certification for this project. Geotechnical engineering services must be performed and stamped reports must be submitted to FEMA in order to get Federal Certification. The City’s contract with GeoEngineers will provide all of the necessary geotechnical studies and reports to meet requirements for levee certification for this project. Budget Impact: Budget Impact: U:\PWCommittee\ActionPage\2009\081709259thGeoTechReport.doc 13 This page intentionally left blank. 14 15 16 17 This page intentionally left blank. 18 PUBLIC WORKS DEPARTMENT PUBLIC WORKS DEPARTMENT Larry R. Blanchard, Public Works Director Larry R. Blanchard, Public Works Director Phone: 253-856-5500 Phone: 253-856-5500 Fax: 253-856-6500 Fax: 253-856-6500 Address: 220 Fourth Avenue S. Address: 220 Fourth Avenue S. Kent, WA 98032-5895 Kent, WA 98032-5895 Date: August 5, 2009 Date: August 5, 2009 To: Chair Debbie Raplee and Public Works Committee Members To: Chair Debbie Raplee and Public Works Committee Members PW Committee Meeting Date: August 17, 2009 PW Committee Meeting Date: August 17, 2009 From: Monica Whitman, Commute Trip Reduction Program Coordinator From: Monica Whitman, Commute Trip Reduction Program Coordinator Through: Larry Blanchard, Public Works Director Through: Larry Blanchard, Public Works Director Subject: Citywide Commute Trip Reduction Implementation Agreement Subject: Citywide Commute Trip Reduction Implementation Agreement Motion: Recommend Council authorize the Mayor to sign the Commute Trip Reduction Grant implemental Agreement #GCA6247, in the amount of $ 103,170.00, upon concurrence of the language therein by the City Attorney and the Public Works Director. Summary: Summary: This agreement is between the Washington State Department of Transportation and the City of Kent. The City is required by State Law to enforce the regulations specified in RCW 70.94.521. The City is then reimbursed by the State for costs incurred based on a formula devised by the State Department of Transportation, Public Transportation Office. This agreement is between the Washington State Department of Transportation and the City of Kent. The City is required by State Law to enforce the regulations specified in RCW 70.94.521. The City is then reimbursed by the State for costs incurred based on a formula devised by the State Department of Transportation, Public Transportation Office. The purpose of this agreement is to allocate two years of funding for the 2009 -2011 project period. This grant pays for our efforts to enforce the state law. The purpose of this agreement is to allocate two years of funding for the 2009 -2011 project period. This grant pays for our efforts to enforce the state law. There are currently 35 organizations participating in the program, representing more than 15,000 employees. There are currently 35 organizations participating in the program, representing more than 15,000 employees. Budget Impact: Budget Impact: None None 19 This page intentionally left blank. 20 Page 1 of 11 GCA6247 Commute Trip Reduction Implementation Agreement Washington State Department of Transportation 310 Maple Park Avenue SE PO Box 47387 Olympia, WA 98504-7387 Contact Person: Kathy Johnston Contractor City of Kent 220 Fourth Avenue South Kent, WA 98032 Federal ID #: 91-6001254 Contact Person: Cathy Mooney Project Costs: Scope of Project: Carry out the State Funds $ 103,170 Project as described in Exhibit I, Project Contractor Funds $ 0 Scope of Work Total Project Cost $ 103,170 Agreement Number: GCA6247 Term of Project: July 1, 2009 through June 30, 2011 Service Area: This AGREEMENT is entered into by the Washington State Department of Transportation, hereinafter referred to as “WSDOT” and the Contractor identified above, hereinafter referred to as “CONTRACTOR”, and/or individually referred to as the “PARTY” and collectively referred to as the “PARTIES.” WHEREAS, RCW 70.94.521 through RCW 70.94.555 establishes the requirements and parameters for Commute Trip Reduction programs, including the Growth and Transportation Efficiency Centers in Washington State; WHEREAS, the State of Washington in its Sessions Laws of 2009, chapter 470, Section 222(7) and (9), authorizes funding for Public Transportation and Commute Trip Reduction programs and other special proviso funding through the multi-modal transportation account as identified in the budget through its 2009-2011 biennial appropriations to WSDOT; and WHEREAS the WSDOT Public Transportation Division is responsible for administering funds on behalf of the state legislature; NOW, THEREFORE, in consideration of terms, conditions, performances and mutual covenants herein set forth and the attached Exhibit I, “Project Scope of Work” and Exhibit II, “Project Progress Reports”, which are both incorporated and made a part of this AGREEMENT, IT IS MUTUALLY AGREED AS FOLLOWS: Section 1 Purpose of Agreement The purpose of this AGREEMENT is for WSDOT to provide funding to the CONTRACTOR to be used solely for activities undertaken to fulfill the requirements of RCW 70.94.521 through RCW 70.94.555, hereinafter known as the “Project”. 21 Page 2 of 11 GCA6247 Section 2 Scope of Work The CONTRACTOR agrees to perform all designated tasks of the Project under this AGREEMENT as described in Exhibit I, “Project Scope of Work”, which by this reference is incorporated into this AGREEMENT as if fully set forth herein. Section 3 Term of Project The CONTRACTOR shall commence, perform and complete the Project within the time defined in the caption space header above titled “Term of Project” on this AGREEMENT regardless of the date of execution of this AGREEMENT, unless terminated as provided herein. The caption space header above entitled’ “Term of Project” and all caption space headers above are by this reference incorporated into this AGREEMENT as if fully set forth herein. Section 4 Project Costs The total reimbursable cost to accomplish the Project Scope of Work shall not exceed the “State Funds” detailed in the caption space header above titled “Project Costs”. The CONTRACTOR agrees to expend eligible “State Funds” together with any “Contractors Funds” identified above in the caption space header “Project Costs”, in an amount sufficient to complete the Project as detailed in Exhibit 1, “Project Scope of Work”. If at any time the CONTRACTOR becomes aware that the cost which it expects to incur in the performance of this AGREEMENT will differ from the amount indicated in the caption space titled “Project Costs” above, the CONTRACTOR shall notify WSDOT in writing within three (3) business days of making that determination. Section 5 Reimbursement and Payment Payment will be made by WSDOT on a reimbursable basis for actual costs and expenditures incurred while performing eligible direct and related indirect Project work during the Project period Payment is subject to the submission to and approval by WSDOT of properly prepared invoices accompanied by progress reports and financial summaries as required in Section 7 – Progress Reports. The CONTRACTOR must submit an invoice using either state form A-19 or a format approved by WSDOT. The CONTRACTOR may submit invoices, not more than once per month, during the course of this AGREEMENT. The CONTRACTOR shall submit a final invoice to WSDOT no later than July 15, 2011. Any invoice received after July 15, 2011 will not be eligible for reimbursement. Within thirty (30) days after receiving and approving the invoice, WSDOT shall remit payment to the CONTRACTOR. Section 6 Project Records The CONTRACTOR agrees to establish and maintain for the Project, either a separate set of accounts or, accounts within the framework of an established accounting system in order to sufficiently and properly reflect all eligible direct and related indirect Project costs incurred in the performance of this AGREEMENT. Such accounts are referred to herein collectively as the "Project Account". All costs claimed against the Project Account must be supported by properly executed payrolls, time records, invoices, 22 Page 3 of 11 GCA6247 contracts, and payment vouchers evidencing in sufficient detail the nature and propriety of the costs claimed. Section 7 Progress Reports The CONTRACTOR shall submit either monthly or quarterly progress reports to WSDOT so that WSDOT may adequately and accurately assess the progress made under the terms of this AGREEMENT. The progress reports shall be prepared as prescribed by WSDOT on the forms provided in Exhibit II, “Project Progress Reports” and/or as provided and modified by WSDOT staff. Progress reports shall be submitted to WSDOT no later than forty-five (45) days from the end of each calendar quarter. Section 8 Audits, Inspections, and Records Retention WSDOT, the State Auditor, and any of their representatives, shall have full access to and the right to examine, during normal business hours and as often as they deem necessary, all of the CONTRACTOR’s records with respect to all matters covered by this AGREEMENT. Such representatives shall be permitted to audit, examine and make excerpts or transcripts from such records, and to make audits of all contracts, invoices, materials, payrolls, and other matters covered by this AGREEMENT. In order to facilitate any audits and inspections, the CONTRACTOR shall retain all documents, papers, accounting records, and other materials pertaining to this AGREEMENT for six (6) years from the date of completion of the Project or the Project final payment date. However, in case of audit or litigation extending past that six (6) years period, then the CONTRACTOR must retain all records until the audit or litigation is completed. The CONTRACTOR shall be responsible to assure that it, WSDOT, the State Auditor, and any of their representatives, retain comparable audit rights with respect to subcontractors to the CONTRACTOR within the scope of this AGREEMENT. Section 9 Agreement Modifications A. Either PARTY may request changes to this AGREEMENT, including changes in the Scope of Project. Such changes that are mutually agreed upon shall be incorporated as written amendments to this AGREEMENT. No variation or alteration of the terms of this AGREEMENT shall be valid unless made in writing and signed by authorized representatives of the PARTIES hereto. B. If an increase in funding by the funding source augments the CONTRACTOR’s allocation of funding under this AGREEMENT, the CONTRACTOR and WSDOT agree to enter into an amendment to this AGREEMENT, providing for an appropriate change in the Scope of Project and/or the Project Cost in order to reflect any such increase in funding. C. If a reduction of funding by the funding source reduces the CONTRACTOR’s allocation of funding under this AGREEMENT, the CONTRACTOR and WSDOT agree to enter into an amendment to this AGREEMENT providing for an appropriate change in the Scope of Project and/or the Project Cost in order to reflect any such reduction of funding. 23 Page 4 of 11 GCA6247 Section 10 Recapture Provision In the event that the CONTRACTOR fails to expend State Funds in accordance with state law and/or the provisions of this AGREEMENT, WSDOT reserves the right to recapture State Funds in an amount equivalent to the extent of noncompliance. Such right of recapture shall exist for a period not to exceed three (3) years following termination or expiration of this AGREEMENT. The CONTRACTOR agrees to repay such State Funds under this recapture provision within thirty (30) days of demand. Section 11 Disputes A. If the PARTIES cannot resolve a dispute arising from the performance of this AGREEMENT by mutual agreement, the CONTRACTOR may submit a written detailed description of the dispute to the Public Transportation Division’s Program Manager or the Program Manager’s designee who will issue a written decision within ten calendar (10) days of receipt of the written description of the dispute. This decision shall be final and conclusive unless within ten (10) days from the date of CONTRACTOR’s receipt of WSDOT’s written decision, the CONTRACTOR mails or otherwise furnishes a written appeal to the Director of the Public Transportation Division or the Director’s designee. In connection with any such appeal the CONTRACTOR shall be afforded an opportunity to offer material in support of its position. The CONTRACTOR’s appeal shall be decided in writing within thirty (30) days of receipt of the appeal by the Director of the Public Transportation Division or the Director’s designee. The decision shall be binding upon the CONTRACTOR and the CONTRACTOR shall abide by the decision. B. Performance During Dispute. Unless otherwise directed by WSDOT, the CONTRACTOR shall continue performance under this AGREEMENT while matters in dispute are being resolved. Section 12 Termination WSDOT, at its sole discretion, may suspend or terminate this AGREEMENT in whole, or in part, for the reasons following: A. The CONTRACTOR materially breaches, or fails to perform any of the requirements of this AGREEMENT and after fourteen (14) days written notice, has failed to cure the condition(s) causing that breach. Conditions of breach may include, but are not limited to: 1. Any action taken by the CONTRACTOR without WSDOT approval, which under the provisions of this AGREEMENT, required WSDOT approval; 2. Failure to perform in the manner called for under this AGREEMENT; or 3. Failure to comply with any provision of this AGREEMENT; B. The CONTRACTOR is prevented from proceeding with this AGREEMENT by reason of a temporary, preliminary, special, or permanent restraining order or injunction of a court of competent jurisdiction where the issuance of such order or injunction is primarily caused by the acts or omissions of persons or agencies other than the CONTRACTOR; C. The requisite state funding is reduced or becomes unavailable through failure of appropriation or otherwise; 24 Page 5 of 11 GCA6247 D. WSDOT determines that the continuation of the Project would not produce beneficial results commensurate with the further expenditure of funds; E. WSDOT, at its sole discretion, determines to accept a request made in writing by the CONTRACTOR to terminate this AGREEMENT in whole or in part; or F. WSDOT determines that suspension or termination is in the best interests of the state. If this AGREEMENT is terminated under subsections B, C, D, E, and/or F of this Section, the CONTRACTOR may be reimbursed only for actual, eligible direct and related indirect expenses incurred prior to the date of termination, and then only to the extent of awarded funds. If this AGREEMENT is terminated under subsection A of this Section, the WSDOT shall not be obligated to provide any additional reimbursement, and WSDOT shall retain all rights to seek recapture or damages from the CONTRACTOR. Section 13 Forbearance by WSDOT Not a Waiver Any forbearance by WSDOT in exercising any right or remedy hereunder, or otherwise afforded by applicable law, shall not be a waiver of or preclude the exercise of any such right or remedy. Section 14 Waiver In no event shall any WSDOT payment of grant funds to the CONTRACTOR constitute or be construed as a waiver by WSDOT of any CONTRACTOR breach, or default, and shall in no way impair or prejudice any right or remedy available to WSDOT with respect to any breach or default. In no event shall acceptance of any WSDOT payment of grant funds by the CONTRACTOR constitute or be construed as a waiver by CONTRACTOR of any WSDOT breach, or default which shall in no way impair or prejudice any right or remedy available to CONTRACTOR with respect to any breach or default. Section 15 WSDOT Advice The CONTRACTOR bears complete responsibility for the administration and success of the work as it is defined in this AGREEMENT and any amendments thereto. Although the CONTRACTOR may seek the advice of WSDOT, the offering of WSDOT advice shall not modify the CONTRACTOR’s rights and obligations under this AGREEMENT and WSDOT shall not be held liable for any advice offered to the CONTRACTOR. Section 16 Limitation of Liability and Indemnification A. The CONTRACTOR shall indemnify and hold harmless WSDOT, its agents, employees, and officers and process and defend at its own expense any and all claims, demands, suits at law or equity, actions, penalties, losses, damages, or costs (hereinafter referred to collectively as “claims”), of whatsoever kind or nature brought against WSDOT arising out of, in connection with or incident to this AGREEMENT and/or the CONTRACTOR’s performance or failure to perform any aspect of this AGREEMENT. This indemnity provision applies to all claims against WSDOT, its agents, employees and officers arising out of, in connection with or incident to the negligent acts or omissions of the CONTRACTOR, its agents, employees and officers. Provided, however, that nothing 25 Page 6 of 11 GCA6247 herein shall require the CONTRACTOR to indemnify and hold harmless or defend the WSDOT, its agents, employees or officers to the extent that claims are caused by the negligent acts or omissions of the WSDOT, its agents, employees or officers. The indemnification and hold harmless provision shall survive termination of this AGREEMENT. B. The CONTRACTOR shall be deemed an independent contractor for all purposes, and the employees of the CONTRACTOR or its subcontractors and the employees thereof, shall not in any manner be deemed to be the employees of WSDOT. C. The CONTRACTOR specifically assumes potential liability for actions brought by CONTRACTOR’s employees and/or subcontractors and solely for the purposes of this indemnification and defense, the CONTRACTOR specifically waives any immunity under the State Industrial Insurance Law, Title 51 Revised Code of Washington. D. In the event either the CONTRACTOR or WSDOT incurs attorney’s fees, costs or other legal expenses to enforce the provisions of this section of this AGREEMENT against the other PARTY, all such fees, costs and expenses shall be recoverable by the prevailing PARTY. Section 17 Governing Law, Venue, and Process This AGREEMENT shall be construed and enforced in accordance with, and the validity and performance thereof shall be governed by the laws of the State of Washington. In the event that either PARTY deems it necessary to institute legal action or proceedings to enforce any right or obligation under this AGREEMENT, the PARTIES hereto agree that any such action shall be initiated in the Superior Court of the State of Washington situated in Thurston County. The CONTRACTOR hereby accepts service of process by registered mail consistent with RCW 4.28.080(1) or (2) as applicable. Each PARTY shall bear its own legal costs and expenses, including attorney fees, in any such litigation. Section 18 Compliance with Laws and Regulations The CONTRACTOR agrees to abide by all applicable state and federal laws and regulations, including, but not limited to, those concerning employment, equal opportunity employment, nondiscrimination assurances, Project record keeping necessary to evidence AGREEMENT compliance, and retention of all such records. The CONTRACTOR will adhere to all of the nondiscrimination provisions in Chapter 49.60 RCW. The CONTRACTOR will also comply with the Americans with Disabilities Act (ADA), Public Law 101-336, which provides comprehensive civil rights protection to individuals with disabilities in the areas of employment public accommodations, state and local government services and telecommunication. Section 19 Severability If any covenant or provision of this AGREEMENT shall be adjudged void, such adjudication shall not affect the validity or obligation of performance of any other covenant or provision, or part thereof, that in itself is valid if such remainder conforms to the terms and requirements of applicable law and the intent of this AGREEMENT. No 26 Page 7 of 11 GCA6247 controversy concerning any covenant or provision shall delay the performance of any other covenant or provision except as herein allowed. Section 20 Counterparts This AGREEMENT may be executed in several counterparts, each of which shall be deemed to be an original having identical legal effect. The CONTRACTOR does hereby ratify and adopt all statements, representations, warranties, covenants, and agreements and their supporting materials contained and/or mentioned in such executed counterpart, and does hereby accept State Funds and agrees to all of the terms and conditions thereof. Section 21 Execution This AGREEMENT is executed by the Director of the Public Transportation Division, State of Washington, Department of Transportation or the Director's designee, not as an individual incurring personal obligation and liability, but solely by, for, and on behalf of the State of Washington, Department of Transportation, in his/her capacity as Director of the Public Transportation Division. IN WITNESS WHEREOF, the PARTIES hereto have executed this AGREEMENT the day and year last signed below. WASHINGTON STATE CONTRACTOR DEPARTMENT OF TRANSPORTATION By: By: Kathryn W. Taylor, Director, Public Transportation Print Name: Title: Who certifies proper authority to execute this AGREEMENT on behalf of the CONTRACTOR Date: Date: Approved as to form only: By: ________________________ Susan Cruise Assistant Attorney General Date: July 17, 2009 27 Page 8 of 11 GCA6247 EXHIBIT 1 Project Scope of Work Commute Trip Reduction (CTR) 1. Scope of Work A. Work Plan The CONTRACTOR agrees to submit to WSDOT a detailed administrative work plan no later than ninety (90) days after the affected date of this AGREEMENT. The work plan shall identify deliverables, schedule and the budget specific to tasks associated with this AGREEMENT and to include, at a minimum, the following required activities: 1. Notification of Requirements for Newly Affected Worksites 2. Review of Employer Program Reports 3. Administration of Surveys, 4. Review of Program Exemption Requests. The work plan shall also include other tasks as defined in approved and locally adopted CTR or GTEC plans for the implementation of the local CTR program. These may include, but are not limited to, employer training, incentives, promotion and marketing, and emergency ride home. In addition, the work plan shall identify specific or overall performance measures for each task and deliverable. This work plan must be approved in writing by the WSDOT Project Manager and signed by the CONTRACTOR, and shall be incorporated as a written amendment to the AGREEMENT. The work plan may be amended based on mutual written agreement between the WSDOT Project Manager and the CONTRACTOR. B. Work to be Performed The county or city, whichever applies, has enacted or will enact a Commute Trip Reduction (CTR) ordinance in compliance with RCW 70.94.521-.555. The CONTRACTOR agrees to implement a CTR program based on the approved administrative work plan and the draft or adopted local CTR plan and to comply with all provisions of the applicable county or city ordinance. C. Progress Reports and Invoices The CONTRACTOR agrees to submit to WSDOT quarterly progress reports, as specified by WSDOT in Section 7 – Progress Reports of the AGREEMENT, in Exhibit II, “Project Progress Report”, and as integrated with the deliverables indentified in the administrative work plan, along with all invoices in accordance with Section 5 – Reimbursement and Payment of the AGREEMENT. The CONTRACTOR shall accurately and completely report local investments in its CTR/GTEC plans and programs, as part of its progress reports. All invoices shall be complete and accurately reflect actual state funded expenditures. The CONTRACTOR shall include a complete progress report quarterly. 28 Page 9 of 11 GCA6247 D. Funding Distribution and Reporting The CONTRACTOR may distribute funds to local jurisdictions to include counties, cities, transit agencies, Transportation Management Associations, and Metropolitan Planning Organizations or other eligible organizations authorized to enter into agreements for the purposes of implementing CTR/GTEC plans and ordinances as authorized by RCW 70.94.527(5) and RCW 70.94.544 . The CONTRACTOR shall submit to WSDOT within 30 days of the execution of any agreement between the CONTRACTOR and the CONTRACTOR’s eligible contracting partner(s) as listed above: (a) a list of dollar amounts to be disbursed by the CONTRACTOR to its eligible contracting partner(s), or (b) a fund dispersion methodology. E. Implementation Plans The CONTRACTOR shall incorporate appropriate sections of the Project Scope of Work, as well as the approved Work Plan, in all agreements with eligible contracting partner(s), as necessary, to coordinate the development, implementation, and administration of the CTR/GTEC plans, and compliance with applicable ordinances. F. Appeals and Modifications The CONTRACTOR shall maintain an appeals process consistent with this AGREEMENT and applicable ordinances, and procedures contained in the Commute Trip Reduction Guidelines which may be obtained from WSDOT or found at http://www.wsdot.wa.gov/tdm/. G. Coordination with Regional Transportation Planning Organizations (RTPO) The CONTRACTOR shall coordinate the development and implementation of its CTR/GTEC plan and programs with the applicable regional transportation planning organization (RTPO). The CONTRACTOR agrees to notify the RTPO of any substantial changes to its plans and programs that could impact the success of the regional CTR plan. The CONTRACTOR agrees to provide information about the progress of its CTR/GTEC plan and programs to the RTPO upon request. H. Survey Coordination The CONTRACTOR agrees to coordinate with WSDOT and its contracting partners for baseline and subsequent program assessment surveys. I. Planning Data The CONTRACTOR agrees to provide WSDOT with the program goals established for newly affected worksites when they are established by the local jurisdiction. The CONTRACTOR agrees to provide WSDOT with updated program goals for affected worksites and jurisdictions as requested. These updates shall be submitted electronically in a format specified by WSDOT. J. Database Updates The CONTRACTOR agrees to provide WSDOT and the CONTRACTOR’s contracting partners with updated lists of affected or participating worksites, employee transportation coordinators, and jurisdiction contacts, as requested. These updates will be submitted in a format specified by WSDOT. 29 Page 10 of 11 GCA6247 Exhibit II Progress Report Commute Trip Reduction (CTR) Organization Submitting Report: Reporting Jurisdiction: Agreement (GCA) Number: Billing Period: Contact Information Name: Phone: Fax: Email: Executive Summary Prepare a brief narrative summary of activities during the period for which reimbursement is requested: Required Activities to Administer the CTR Program Notification of requirements for newly affected worksites: Review of employer program reports: Administration of surveys: Review of program exemption requests: Other activities: Employer Service Activities to implement CTR or GTEC plan Employer training/networking/support: Incentives: Promotion and Marketing: Emergency Ride Home: Other work plan deliverables: 30 Page 11 of 11 GCA6247 Expenditures This Period Categories State CTR Funds Spent Since Last Report Fiscal Year To Date State CTR Funds Spent Fiscal Year (June 30) Estimate To Date Local Funds Spent on CTR Activities Fiscal Year (June 30) Estimate to Date Other Funds Spent on CTR Activities Required Activities: a. Notification of requirements for newly affected worksites b. Review of employer program reports c. Administration of surveys d. Review of program exemption requests e. Other activities Subtotal: $0.00 $0.00 $0.00 $0.00 Employer Service Activities: a. Employer training/networking/support b. Incentives c. Promotion and Marketing d. Emergency Ride Home e. Other work plan deliverables Subtotal: $0.00 $0.00 $0.00 $0.00 Total: $0.00 $0.00 $0.00 $0.00 Source of Local Funds Local Funds Spent (Estimate) Fiscal Year to Date Total Reported (Estimate) Fiscal Year to Date Total Local Funds: $0.00 $0.00 State CTR Funds Disbursed If your jurisdiction disbursed any state CTR funds reported above to other organizations or jurisdictions to implement the CTR program list those disbursements below. Jurisdiction/Organization Disbursed Since Last Report Total Disbursed Fiscal Year to Date Total Disbursement: $0.00 $0.00 31 This page intentionally left blank. 32 ITEM 6 INFORMATION ONLY Transit Update Monica Whitman, Commute Trip Reduction Coordinator 33 This page intentionally left blank. 34 35 36 37 38 39 40 41 42 ITEM 8 UPDATE INFORMATION ONLY Operations 2009 2nd Quarter Status Don Millett, Operations Manager 43 This page intentionally left blank. 44 ITEM 9 Action Item Local Purchasing Preference Ordinance Tom Brubaker, City Attorney 45 This page intentionally left blank. 46 ITEM 10 INFORMATION ONLY Puget Sound Strategic Freight Corridor Grant Application Tim LaPorte, Deputy Public Works Director 47