Loading...
HomeMy WebLinkAboutCity Council Committees - Public Works/Planning - 03/03/2014 (3) 1 Public Works Committee Agenda 40 A. Councilmembers: Brenda Fincher • Dana Ralph • Dennis Higgins, Chair �� KENT WASHINGTON Meeting Date: March 3, 2014 4:00 P.m. Item Description Action Speaker Time Paae 1. Approval of Meeting Minutes February 24, YES None 03 03 2014 2. Goods &Services Agreement with TMG YES Sean Bauer 05 05 Services for Chlorination Equipment for Kent Springs 3. Acceptance of Grant for the Kent Regional YES Mark Madfai 05 23 Trails Connector Project 4. Consultant Services Agreement with Tetra YES Matt Knox 05 35 Tech, Inc. for 2014 Lakes Water Quality Monitoring 5. Information Only/Residential Recycling Event, NO Gina Hungerford 10 73 Rain Barrel, Composter &Worm Bin Sale, Curbside Cleanup & City-Wide Spring Clean Event 6. Information Only/Republic Services' Rate NO Gina Hungerford 05 75 Adjustment Unless otherwise noted, the Public Works Committee meets at 4:00 p.m. on the 1"& 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. 2 This page intentionally left blank. 3 SPECIAL Public Works Committee Minutes February 24, 2014 COMMITTEE MEMBERS PRESENT: Committee Chair, Dennis Higgins and Committee members Dana Ralph and Jim Berrios were present. The meeting was called to order at 4:03 p.m. Item 1 — Approval of Meeting Minutes Dated February 3, 2014: Committee member Ralph MOVED to approve the minutes of February 3, 2014. The motion was SECONDED by Committee member Berrios and PASSED 3-0. Item 2 — Information Only/ Vehicle Weight Restrictions: Chad Bieren, P.E., City Engineer noted that state law allows local municipalities to impose weight restrictions or vehicle class restrictions on local roads via ordinance or resolution. Bieren went on to note that in some instances, restrictions may be applicable to protect the character of a neighborhood or the integrity of local roads from impacts of truck traffic where cut throughs are occurring. State law requires school buses, emergency vehicles and vehicles transporting commodities necessary for the health and welfare of local residents to be authorized by rule or special permit. Exemptions are also being considered for transit when applicable. Perry Sobolik who lives on 3r' Avenue South in the Kent SoDo neighborhood handed out copies of letters from residents including one he wrote himself, the letters stated how long they've lived in the area; conditions of the road; speeding, and truck traffic. Sobolik also passed out copies of letters addressed to businesses in the SoDo neighborhood written by Lauren Stephan on behalf of their neighborhood council, requesting that truck drivers utilize South 2591h Street to enter businesses, when possible. A petition to the Kent City Council was also handed out, it has been signed by 30 SoDo residents, and request that an ordinance be adopted to make truck traffic through their neighborhood illegal. Councilmembers requested that staff move forward to draft an ordinance restricting truck traffic in the SoDo neighborhood and put together a plan for where signs will be placed in the area notifying truck traffic of the restrictions. Staff will also notify local businesses that would be affected by the ordinance. Staff said they would come back to committee in about a month with a draft. Information Only/No Motion Required Item 3 — Information Only/Snow Response - Update: Bill Thomas, Street Superintendent briefed committee members on the two significant snow events that blanketed the area so far this winter. Crews prepared for one of the events on the Thursday before the snow was due to fall and had everything ready to go when the snow started falling. Their planning made a huge difference in making the whole event run smoothly. Information Only/No Motion Required 4 SPECIAL Public Works Committee Minutes February 24, 2014 Item 4 Information Only/Updated 2014 Business & Occupation Project List: Tim LaPorte, P.E., Public Works Director presented the B&O Project list to councilmembers for any changes before bringing it back to the Council for adoption. Each councilmember discussed their concerns they had with the list. It was decided to remove Communication to Panther Lake Area Signals ($100,000) and Traffic Control Inter-Connect and Cameras ($100,000) as well as the Neighborhood Traffic Control Program Capital projects list ($500,000) for a total change of $700,000. Councilmembers made it clear that all of the projects on the list are important and that they will try to find funding for the items through some other means. Information Only/No Motion Required The meeting was adjourned at 5:02 p.m. Cheryl Viseth Council Committee Recorder 5 PUBLIC WORKS DEPARTMENT Timothy J. LaPorte P.E., Public Works Director Phone: 253-856-5500 KEN T Fax: 253-856-6500 WASH IN GTO N Address: 220 Fourth Avenue S. Kent, WA 98032-5895 Date: January 27, 2014 To: Chair Dennis Higgins and Public Works Committee Members PW Committee Meeting Date: March 3, 2014 From: Kevin Swinford, Interim Water Superintendent Through: Chad Bieren, P.E., City Engineer Subject: Goods and Service Agreement with TMG Services, Inc. for Chlorination Equipment for Kent Springs Item - 2 Motion: Move to recommend Council authorize the Mayor to sign a Goods and Services Agreement with TMG Services, Inc. for purchase of chlorination equipment in an amount not to exceed $22,499.00 subject to final terms and conditions acceptable to the City Attorney and Public Works Director. Summary: Chlorine is used to kill bacteria and other microbes in the drinking water supply. The chlorination equipment at our Kent Springs source is reaching the end of its service life and needs to be replaced. This purchase would include equipment similar to that used at our other four chlorination sites, which would reduce the amount of repair parts maintained in stock. The purchase from TMG Services is for parts only; Water Staff will complete the installation of equipment. Budget Impact: There is no unbudgeted fiscal impact as this cost was planned; the ($22,499.00) would come from the Water Utility capital budget. s This page intentionally left blank. 7 GOODS & SERVICES AGREEMENT between the City of Kent and TMG Services, Inc. THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and TMG Services, Inc. organized under the laws of the State of Washington, located and doing business at 3216 East Portland Avenue, Tacoma, WA 98404, Phone: (800) 562-2310/Fax: (253) 779-4165, Contact: Mary Gazdik (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: The Vendor shall provide two automatic chlorinators, two chlorine injectors, and two automatic switchover vacuum regulators for one-ton chlorine containers for the City's Kent Springs water facility. For a description and Vendor's quote, see Exhibit A which is attached and incorporated by this reference. 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 30, 2014. III. COMPENSATION. The City shall pay the Vendor an amount not to exceed Twenty Two Thousand, Four Hundred Ninety Nine Dollars ($22,499.00), 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: GOODS & SERVICES AGREEMENT - 1 (Over$10,000.00, including WSST) 8 The Vendor shall be paid after delivery of chlorination equipment. 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. GOODS & SERVICES AGREEMENT - 2 (Over$10,000.00, including WSST) 9 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. 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 GOODS & SERVICES AGREEMENT - 3 (Over$10,000.00, including WSST) 10 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; 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 GOODS & SERVICES AGREEMENT - 4 (Over$10,000.00, including WSST) 11 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, 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. GOODS & SERVICES AGREEMENT - 5 (Over$10,000.00, including WSST) 12 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 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. GOODS & SERVICES AGREEMENT - 6 (Over$10,000.00, including WSST) 13 I. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. J. 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. 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: Mary Gazdik Timothy J. LaPorte, P.E. TMG Services, Inc. City of Kent 3216 East Portland Avenue 220 Fourth Avenue South Tacoma, WA 98404 Kent, WA 98032 (800) 562-2310 (telephone) (253) 856-5500 (telephone) (253) 779-4165 (facsimile) (253) 856-6500 (facsimile) APPROVED AS TO FORM: Kent Law Department 7MG Services-Chlotlnetlon Equip/Bauer GOODS & SERVICES AGREEMENT 7 (Over$10,000.00, including WSST) 14 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. By: Fo r: Title: Date: EEO COMPLIANCE DOCUMENTS - 1 of 3 15 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 16 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. By: Fo r: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 of 3 17 Scope of work: Vendor shall provide to the City of Kent two automatic chlorinators, two chlorine injectors, and two automatic switchover vacuum regulators for one-ton chlorine containers, in an amount not to exceed $22,499.00 including sales tax. For a detailed description of the scope of work, see the vendor quote which is attached as Exhibit A and incorporated by reference into this agreement. 18 1111111111111111111111111M Aoft 3216 E Portland Avenue Quality Products- Excellent Service Tacoma, WA 98404 253-779-4160 SERVICES tmginc@tmgservices.net January 17, 2014 Ron Halverson Kent, City of-Water 220 Fourth Avenue S. 5821 South 240th Kent, WA 98032-5985 Reference: Wallace and Tiernan Clorinators i Dear Ron: The quote includes two automatic chloinators and injectors and one pair of switchover vacuum regulators for ton containers.Current lead time is 4-6 weeks. i 1 Wallace and Tienan VI OK Chlorinator -25 PPD Rotameter -SFC-PC Controller -Panel Mounted 1 Wallace and Tienan VI OK Chlorinator -50 PPD Rotameter -SFC-PC Controller -Panel Mounted 1 Pair Wallace and Tiernan Vacuum Regualtors -Auto Switchover -200 PPD -Heater and Drip Leg 2 Wallace and Tiernan %" Injectors -Nozzle ? -Tailway? PRICE: $18,611 (Includes Freight)* *Does not include Installation or Start-up Terms&Conditions of Sale: -F.O.B.: Kent,WA -Payment Terms: Net 30 Days -This price is in effect for 60 days. '.. -Submittals, if required,will be provided 2 weeks after receipt of all technical data at T M G Services. -Delivery will be made in approximately 4 weeks after receipt of order and/or approvals and resolution of all necessary technical '.. data at T M G Services. -Quotation prices do not include any sales taxes or any other taxes that may apply. -This quotation is limited to the products and/or services as listed and excludes any item or service not specifically listed. Sincerely, T M G SERVICE'S, INC. Dean Brown 19 "SIEMENS Siemens Water Technologies, LLC. 10300 Suncrest Drive Brian F. Shugrue Leavenworth, WA 98826 Regional Sales Manager, Western USA PH: 509-548-6408 FAX: 509-548-2382 brian.shuorue(�siemens.corn August 1, 2013 To Whom It May Concern: This is to confirm that TMG Services is the exclusive authorized Manufacturer's Representative for Siemens Wallace &Tiernan products in the States of Washington, Oregon, Idaho, Montana and Alaska. Brian Shugrue 20 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. 21 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 ANII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. 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. 22 This page intentionally left blank. 23 PUBLIC WORKS DEPARTMENT Timothy J LaPorte P.E., Public Works Director Phone: 253-856-5500 KEN T Fax: 253-856-6500 Wnsu INGTON Address: 220 Fourth Avenue S. Kent, WA 98032-5895 Date: February 25, 2014 To: Chair Dennis Higgins and Public Works Committee Members PW Committee Meeting Date: March 4, 2014 From: Mark Madfai, P.E., Design Engineering Supervisor Through: Chad Bieren, P.E., City Engineer Subject: Grant Acceptance - Kent Regional Trails Connector Item - 3 Motion: Move to recommend Council accept the federal grant in the amount of $1,125,368 for the Kent Regional Trails Connector Project and direct staff to establish a budget for the funds to be spent within the Kent Regional Trails Connector Project subject to final terms and conditions acceptable to the City Attorney and Public Works Director. Summary: The Public Works Department competed for and was successful in obtaining a $1,125,368 federal grant for the Kent Regional Trails Connector project. This project will construct a new, east-west, multi-use trail connecting the existing Green River Trail to the Interurban Trail. The trail location will be adjacent to the Green River Natural Resources Area and will include the installation of rectangular rapid flashing beacons at 64th Avenue and 72nd Avenue and a new "HAWK" signal at the crossing of West Valley Highway. A new, non-motorized bridge will be constructed across Mill Creek on the east end connecting to the Interurban Trail. Budget Impact: Funding for this work will be provided with a local funding match of $176,635.00, a federal grant from the Federal Highway Administration (FHWA) for $1,125,368.00. The City's funding match will be through Parks Trails and Open Space funding that comes to the City, through King County. 24 This page intentionally left blank. AOL Washington State ecal Agency Fedet�a51 Aid Department �ff �n��®�tatt®n 5. Project Prospectus Date 5/9i2013 Prefix Route Federal Aid \ Central Contractor Project Number tst�A— Registration Exp.Date Local Agency / WSDOTI Federal Employer P )roject Number `Use only Tax ID Number 91-6001254 Agency Federal Program Title CITY OF ICENT N 20.205 ❑ Other Project Title Start Latitude N4.7.402423 Stan Longitude W 122.254867 KENT REGIONAL TRAILS CONNECTOR End Latitude N47.406744 End Longitude _W 122.242169 Project Termini From--To Nearest City Name Project Zip Code S.224th St&64th Ave S S.218th St&73rd Ave S. KENT 98032 From: To: Length of Project Award Type '.... 64th Av S. Interurban 0.84 miles N Local ❑ Local Forces ❑ State ❑ Railroad Federal Agency City Number County Number County Name I WSDOT Region ❑ FHWA N Others STP/CMA 0615 17 KING Northwest Region _ Congressional District Legislative Districts Urban Area Number TMA/MPO/RTPO 8 &9 11, 33 and 47 I Total Local Agency Phase Start Phase Estimated Cost Funding Federal Funds Date Nearest Hundred Dollar Nearest Hundred Dollar Nearest Hundred Dollar Month Year P.E. $247.566 ! $34 286 $213,280 6/2013 RNV $0 �'� $0 $0_ na Const. $1 054 437 _ _ $142 349 $_912,088 3/2014 Total $1,302.003 $176,635 $1125,368 Description of Existing Facile Existing Design and Present Condition Roadway Width Number of Lanes 12 foot wide multi-use trail Not applicable Both the Interurban Trail and the Green River Trail are used by thousands of people each year,but they are both north/south corridors in Kent, with no opportunities to transfer from one trail system to the other, except by using the bike facilities in the street or on sidewalks. Descrip tit5n 2f P�sed Work Description of Proposed Work(Attach additional sheet(s) if necessary) The Kent Regional Trails Connector Project will expand the pedestrian and bicycle network by connecting two regional hails within the City's street network. An approximately 4,430 long foot hail extension wilt be built comrecthng the Green Rivet-Trail and the Interurban Trail. This 12-foot wide multi-use trail will include trail lighting, Rectangular Rapid Flashing Beacons,and a new"HAWK"(a high intensity pedestrian activated crosswalk)Katlic signal to encourage year-round use and promore safe crossings of city sheets. Local Agency Contact Person Title - Phone Mark Howlett Design En ineering Managc_r 253-856-5523 Mailing Address City State Zip Code 400 West Gowe St. Kent —AA-1 98032 Project Prospectus Approval ✓ " Approving Authority 1 L Title Director of Public Works Diat' j f' DOT Form 140-101 EF Page 1 of 3 0 Previous Editions Obsolete j, Revised 11110 26 Agency Project Title Date CITY OF KENT KENT REGIONAL TRAILS CONNECTOR 5/9/2013 Type of Proposed Work Project Type (Check all that Apply) Roadway Width Number of Lanes ® New Construction ® Path /Trail ❑ 3-R 12 foot not applicable ❑ Reconstruction ❑ Pedestrian / Facilities ❑ 2-R ❑ Railroad ❑ Parking ❑ Other ❑ Bridge Geometric Design Data Description Through Route Crossroad ❑ Principal Arterial ❑ Principal Arterial Federal ❑ Urban ® Minor Arterial ❑ Urban ® Minor Arterial Functional El Collector ❑ Collector ❑ Major Collector ❑ Major Collector Classification ❑ Rural ❑ Minor Collector ❑ Rural ❑ Minor Collector ❑Access Street/Road ❑Access Street/Road Terrain ® Flat ❑ Roll ❑ Mountain ® Flat ❑ Roll ❑ Mountain Posted Speed n/a n/a '.. Design Speed n/a n/a Existing ADT n/a n/a Design Year ADT n/a n/a i Design Year ma n/a Design Hourly Volume(DHV) n/a n/a '... Performance of Work Preliminary Engineering Will Be Performed By Others Agency City of Kent % 100 Construction Will Be Performed By Contract Agency Contractor 100 % ! % Environmental Classification ❑ Final ® Preliminary ❑ Class I- Environmental Impact Statement(EIS) Class II- Categorically Excluded ICE) ❑ Project Involves NEPA/SEPA Section 404 Projects Requiring Documentation Interagency Agreement (Documented CE) ❑ Class III-Environmental Assessment(EA) ❑ Project Involves NEPA/SEPA Section 404 Interagency Agreement Environmental Considerations The trail improvements will be constructed along the surfaces of existing right of ways. Pervious asphalt is proposed along sections of the trail adjacent to environmentally sensitive areas. The installations of the Rectangular Rapid Flashing Beacons, marked crosswalks,traffic signals for pedestrians on West Valley Highway(SR 181), and a pedestrian bridge installed across Mill Creek will be the bulk of the physical construction associated with this project. DOT Form 140-101 EF Page 2 of 3 Revised 11/10 27 Agency Project Title Date CITY OF KENT KENT REGIONAL TRAILS CONNECTOR 5/9/2013 Right of Way ® No Right of Way Required ❑ Right of Way Required All construction required by the ❑contract can be accomplished No Relocation ❑ Relocation Required within the existing right of way. Description of Utility Relocation or Adjustments and Existing Major Structures Involved in the Project The trail will be constructed along the surface of the existing right of way, so no relocation of existing major structures is anticipated. Should some existing utility structures be encountered, sufficient room exists to move the trail in order to avoid conflict. Minor,adjustment to the rims of existing underground structures is expected. Placement locations for the traffic signal pole and flashing beacon bases can be adjusted to avoid possible conflicts with any existing structures. FAA Involvement Is any airport located within 3.2 kilometers (2 miles) of the proposed project? ❑ Yes ® No Remarks This project has been reviewed by the legislative body of the administration agency or agencies, or it's designee, and is not inconsistent with the agency's comprehensive plan for community development. Agency City Of Kent i Date By !I Mayor/Chairperson DOI Form 140-i01 EF Pagc 3 of 3 Previous Edltinns Obsolete Revised 11/10 28 This page intentionally left blank. 29 MD I4arapl lo Palk Olympia, niv 9350d-7300 Oynn Peterscn 360-705-7000 Secretary of Transportation T iY:t-coo-a33-6338 vdshw.msdoi:a,._gov ',,. June 27, 2013 Mr. Tim LaPorte Public Works Director City of Kent 220 Fourth Avenue South z Kent, Washington 98032-5838 City of Kent Kent Regional Trails Connector CM-0615(008) FUND AUTHORIZATION Dear Mr, LaPorte: We have received FHWA fund authorization, effective June 24, 2013, for this project as follows: PHASE TOTAL FEDERAL SHARE Preliminary Engineering $247,566 $213,280 Enclosed for your information and file is a fully executed copy of Local Agency Agreement LA-8128 between the state and your agency. All costs exceeding those shown on this agreement are the sole responsibility of your agency. FHWA requires projects utilizing federal funds for preliminary engineering or right of way to advance to construction. Tf this project is unable to proceed to construction, any expended federal funds must be repaid. W SDOT authorization to proceed with right of way and/or construction is contingent upon receipt and approval of your environmental documents. You may proceed with the administration of this project in accordance with your W SLOT approved Certification Acceptance agreement. Sincerely, Stephanie Tax Manager, Program Management Highways& Local Programs ST:jg:ac Enclosure cc: Ed Conyers,Northwest Region Local Programs Engineer,MS NE82-121 30 VrWashington Mate Af Department off Transportation L®CalY Agency Agreement Agency City of Kent CFDA No. 20.205 (Catalog of Federal Domestic Assistance) Address 220 - 4th Ave. S. ' "� Project No. _ _ r "jam. _ Kent, Washington 98032 Agreement No. _ For OSC WSDOT Use Only The Local Agency having complied, or hereby agreeing to comply, with the terms and conditions set forth in(1)Title 23,U.S. Code Highways, (2) the regulations issued pursuant thereto, (3) 2 CFR 225, (4) Office of Management and Budget Circulars A-102, and A-133, (5) the policies and procedures promulgated by the Washington State Department of Transportation, and (6)the federal aid project agreement entered into between the State and Federal Government, relative to the above project,the Washington State Department of Transportation will authorize the Local Agency to proceed on the project by a separate notification.Federal funds which are to be obligated for the project may not exceed the amount shown herein on '.... tine r, column 3, without written authority by the State, subject to the approval of the Federal I Highway Administration. All project costs not reimbursed by the Federal Government shall be the responsibility of the Local Agency. Project Description Name (Cent Regional Trails Connector Length 0.84 miles Termini From PSE Trail and 64th Ave. S. to S. 218th St. and Interurban Trail Description of Work The Kent Regional Trails Connector Project will expand the pedestrian/bicycle network,cormecting two regional trails within the City's street network. An approx. 4,430 foot trail extension will connect the Green River and Interurban Trails. This 12-foot wide multi-use trail will include trail lighting, Rectangular Rapid Flashing Beacons,and a new "HAWK"traffic signal,to encourage year-round use and promote safe crossings of City streets. Estimate of Funding Type of Work (�) (2) (3) Estimated Total Estimated Agency Estimated Project Funds I Funds Federal Funds PE a.Agency 86.5_ % b. Other Federal on 246 566.00 _ 33,28 213.280.00 c. Other Federal Aid Participation d. State _ 1,000.00 1,000.00 Ratio for PE e. Total PE Cost Estimate L+b+c+d 247 566.00 34 286.00 213 280.00 Right of Way f. Agency__ 0 % —g._Other Federal Aid —---__--h. Other Participation i. State Ratio forRW _j. Total R/W Cost Estimate(f-+p+h+I) Construction k Contract I. Other m Other _ n. Other o. Agency Federal Aid p State Participation Ratio for clv ...c.Total CN Cost Estimate(k+l+m+n+o+ r. Total Project Cost Estimate(e+j+ql 247 '566.00 34286.001 213 280.00 Agency Offi6 al",F, -, Washington State ep tment of Tranflr'portation By By �f Title Du etetoi of Puhlie-WorIls Director of Highways and Local Prograrn� �1UN '2s`���a ag 1? j_� Date Executed _ DOT Form 140-039 EF ' Revised 09/2011 31 Construction Method of Financing (Check Method Selected) State Ad and Award ❑ Method A-Advance Payment-Agency Share of total construction cost(based on contract award) ❑ Method B-Withhold from qas tax the Agency's share of total construction cost(line 4,column 2)in the amount of $ at$ per month for months. Local Force or Local Ad and Award ® Method C-Aoencv cost incurred with oartial reimbursement The Local Agency further stipulates that pursuant to said Title 23, regulations and policies and procedures,and as a condition to payment of the federal funds obligated, it accepts and will comply with the applicable provisions set .forth below. Adopted by official action on Resolution/Ordinance No, Provisions 1. Scope of Work The Agency shall provide all the work,labor,materials, and services necessary to perform the project which is described and set forth in detail in the`Project Description"and"Type of Work." '....... When the State acts for and on behalf of the Agency, the State shall be deemed an agent of the Agency and shall perform the services described and indicated in"Type of Work"on the face of this agreement,in accordance with plans and specifications as proposed by the Agency and approved by the State and the Federal Highway Administration. When the State acts for the Agency but is not subject to the right of control by the Agency, the State shall have the right to perform the work subject to the ordinary procedures of the State and Federal Ifighway Administration. II. Delegation of Authority The State is willing to fulfill the responsibilities to the Federal Government by the administration of this project The Agency agrees that the State shall have the full authority to carry out this administration. The State shall review, process, and approve documents required for federal aid reimbursement in accordance with federal requirements. If the State advertises and awards the contract, the Stale will further act for the Agency in all matters contenting the project as requested by the Agency,If the Local Agency advertises and awards the project,the State shall review the work to ensm e conformity with the approved plans and specifications. III. Project Administration Certain types of work and services shall be provided by the State on this project as requested by the Agency and described in the Type of Work j above. In addition,the State will furnish qualified personnel for the supervision and inspection of the work in progress. On Local Agency advertised and awarded projects,the supervision and inspection shall be limited to ensuring all work is in conformance with approved plans, specifications,and federal aid requirements. The salary of such engineer or other supervisor and all other salaries and costs incurred by Slate forces upon the project will be considered a cost thereof. All costs related to this project incurred by employees of the State in the customary manner on highway payrolls and vouchers shall be charged as costs of the project. IV. Availability of Records All project records in support of all costs incurred and actual expenditures kept by the Agency are to be maintained in accordance with local government accounting procedures prescribed by the Washington State Auditor's Office, the U.S. Department of Transportation, and the Washington State Department of 1'ransportation.The records shalt be open to inspection by the State and Federal Government at all reasonable times and shalt be retained and made available for such inspection for a period of not less than three years from the final payment of any federal aid funds to the Agency. Copies of said records shall be furnished to the State and/or Federal Government upon request. V. Compliance with Provisions The Agency shall not incur any federal aid participation costs on any classification of work on this project until authorized in writing by the State for each classification.The classifications of work for projects are: 1.Preliminary engineering. 2.Right of way acquisition. 3.Project construction. In the event that right of way acquisition,or actual construction of the road,for which preliminary,engineering is undertaken is not started by the closing of the tenth fiscal year following the fiscal year in which the agreement is executed, the Agency will repay to the State the sum or sums of federal funds paid to the Agency under the terns of this agreement(see Section IX), The Agency agrees that all stages of construction necessary to provide the initially planned complete facility within the limits of this project will conform to at least the minimum values set by approved statewide design standards applicable to this class of highways,even though such additional work is financed without federal aid participation. The Agency agrees that on federal aid highway construction projects, the current federal aid regulations which apply to liquidated damages relative to the basis of federal participation in the project cost shall be applicable in the event the contractor fails to complete the contract within the contract time. VI. Payment and Partial Reimbursement The total cost of the project, including all review and engineering costs and other expenses of the State, is to be paid by the Agency and by the Federal Government. Federal funding shall be in accordance with the Federal Transportation Act, as amended, 2 CFIt 225 and Office of Management and Budget circulars A-102 and A-133. 'I he State shall not be ultimately responsible for any of the costs of the project. The Agency shall be ultimately responsible tot all costs associated with the project which are not reimbursed by the Federal Government. Nothing in this agreement shall be construed as a promise by the State as to the amount or nature of federal participation In Ihis project. DOT Fonn 140-039 EF 2 Revised 03/2011 32 The Agency shall bill the state for federal aid project costs incurred in conformity with applicable federal and state laws. The agency shall minimize the time elapsed between receipt of federal aid fiords and subsequent payment of incurred costs. Expenditures by the Local Agency for maintenance,general administration, supervision,and other overhead shall not be eligible for federal participation unless a current indirect cost plan has been prepared in accordance with the regulations outlined in 2 CAR 225 - Cost Principles for State, Local, and Indian Tribal Government, and retained for audit. The State will pay for State incurred costs on the project.Following payment, the State shall bill the Federal Government for reimbursement of those costs eligible for federal participation to the extent that such costs are attributable and properly allocable to this project.The State shall bill the Agency for that portion of State costs which were not reimbursed by the Federal Government(see Section IX). 1. Project Construction Costs Project construction financing will be accomplished by one of the three methods as indicated in this agreement. Method A—The Agency will place with the State,within(20)days after the execution of the construction contract,an advance in the amount of the Agency's share of the total construction cost based on the contract award. The State will notify,the Agency of the exact amount to be deposited with the State. The State will pay all costs incurred under the contract upon presentation of progress billings from the contractor. Following such payments, the State will submit a billing to the Federal Government for the federal aid participation share of the cost. When the project is substantially completed and final actual costs of the project can be determined, the State will present the Agency with a final billing showing the amount due the State or the amount due the Agency. This billing will be cleared by either a payment from the Agency to the State or by a refund from the State to the Agency. Method B— The Agency's share of tine total construction cost as shown on the face of this agreement shall be withheld iiom its monthly fuel tax allotments.The face of this agreement establishes the months in which the withholding shall take place and the exact amount to be withheld each month.The extent of withholding will be confirmed by letter from the State at the time of contract award. Upon receipt of progress billings from the contractor,the State will submit such billings to the Federal Government for payment of its participating portion of such billings. Method C—'The Agency may submit vouchers to the State in the format prescribed by the State, in duplicate,not more than once per month for those costs eligible for Federal participation to the extent that such costs are directly attributable and properly allocable to this project-Expenditures by the Local Agency for maintenance, general administration,supervision, and other overhead shall not be eligible for Federal participation unless , claimed under apreviously approved indirect cost plan. The State shall reimburse the Agency for the Federal share of eligible project costs up to the amount shown on the face of this agreement. At the time of audit,the Agency will provide documentation of all costs incurred on the project. The State shall bill the Agency for all costs incurred by the State relative to the project.The State shall also bill the Agency for the federal funds paid by the State to the Agency for project costs which are subsequently determined to be ineligible for federal participation(see Section IX). VII. Audit of Federal Consultant Contracts The Agency, if services of a consultant are required, shall be responsible for audit of the consultant's records to determine eligible federal aid costs on the project. The report of said audit shall he in the Agency's files and made available to the Stale and the Federal Government. An audit shall be conducted by the WSDOT Internal Audit Office in accordance with generally accepted governmental auditing standards as issued by the United States General Accounting Office by the Comptroller General of tine United States; WSDOT Manual M 27-50, Consultant Authorization, Selection,and Agreement Administration; memoranda of understanding between WSDOT and FIIWA; and Office of Management and Budget Circular A-133, '.. If upon audit it is found that overpayment or participation of federal money in ineligible items of cost has occurred, (he Agency shall reimburse the State for the amount of such overpayment or excess participation(see Section IX). VIII. Single Audit Act The Agency, as a subrecipient of federal funds,shall adhere to the federal Office of Management and Budget(OMB)Circular A-133 as welt as all !, applicable federal and state statutes and regulations. A subrecipient who expends $500,000 or moic in federal awards from all sources during a given fiscal year shall have a single or program-specific, audit performed for that year in accordance with the provisions of OMB Circular A-133. Upon conclusion of the A-133 audit,the Agency shall be responsible for ensming that a copy of the report is transmitted promptly to the Slate. IX. Payment of Milling The Agency agrees that if payment or arrangement for payment of any of the State's billing relative to the project(e.g., State force work, project cancellation, overpayment, cost ineligible for federal participation,etc.) is not made to the State within 45 days after the Agency has been hillcd,the State shall effect reimbursement of the total sum due from the regular monthly fuel tax allotments to the Agency from the Motor Vehicle Fund. No additional Federal project funding will be approved until full payment is received unless otherwise directed the Director of highways and Local Programs- X. Traffic Control, Signing, Marking, and Roadway Maintenance The Agency will not permit any changes to be made in the provisions for parking regulations and traffic control on this project without prior approval of the State and Federal Highway Administration. The Agency will not install or permit to be installed any signs,signals, or markings not in conformance with the standards approved by the Federal Highway Administration and MUTCD. The Agency will, at its own expense,maintain the improvement covered by this agreement. XI. indemnity The Agency shall hold the Federal Government and the State harmless from and shall process arid defend at its own expense all claims, demands, or suits,whether at law or equity brought against(he Agency,State,or Federal Government, raising from the Agency's execution, DOT Form 140-039 LF 3 Revised 0912011 33 performance, or failure to perform any of the provisions of this agreement, or of any other agreement or contract connected with this agreement, or arising by reason of the participation of the State or Federal Government in the project, PROVIDED, nothing herein shall require the Agency to reimburse the State or the Federal Government for damages arising out of bodily injury to persons or damage to property caused by or resulting from the sole negligence of the Federal Government or the State. XII. Nondiscrimination Provision No liability shall attach to the State or Federal Government except as expressly provided herein. The Agency shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any USDOT-assisted contract and/or agreement or in the administration of its DBE program or the requirements of 49 CFR Part 26. The Agency shall take all neuessary, and reasonable steps under 49 CFR Part 26 to ensure nondiscrimination in the award and administration of USDOT-assisted contracts and agreements. The WSD0'1's I)BE program, as required by 49 CFR Part 26 and as approved by USDOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as a violation of this agreement. Upon notification to the Agency of its failure to cant'out its approved program, the Department may impose sanctions as provided for under Paul 26 and may, in appropriate cases,refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1996(31 U. S.C.3801 etseq.). The Agency hereby agrees that it will incorporate or cause to be incorporated into any contract for construction work, or modification thereof, as defined in the rules and regulations of the Secretary of Labor in 41 CFR Chapter 60,which is paid for in whole or in part with funds obtained firm the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant, contract, loan, insurance, or guarantee or understanding pursuant to any federal program involving such grant, contract, loan, insurance, or guarantee, the required contract provisions for Federal-Aid Contracts(FHWA 1273),located in Chapter 44 of the Local Agency Guidelines. The Agency further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided,that if the applicant so participating is a Stale or Local Government,the above equal opportunity clause is not applicable to any agency, instrumentality, or subdivision of such government which does not participate in work on or under the contract. The Agency also agrees: '..... (1) To assist and cooperate actively with the State in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and rules,regulations,and relevant orders of the Secretary of Labor. (2) To furnish the State such information as it may require for the supervision of such compliance and that it will otherwise assist the State in the discharge of its primary responsibility for securing compliance. (3) To refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, government contracts and federally assisted construction contracts pursuant to the Executive Order. (4) To carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the State,Federal Highway Administration,or the Secretory of Labor pursuant to Part II,subpart D of the Executive Order. In addition, the Agency agrees that if it fails or refuses to comply with these undertakings,the State may take any or all of the following actions: (a) Cancel,terminate,or suspend this agreement in whole or in part; (b) Refrain from extending any further assistance to the Agency under the program with respect to which the failme or refusal occurred until satisfactory assurance of future conlpl iance has been received from the Agency;and (c) Refer the case to the Department of Justice for appropriate legal proceedings. XIII. Liquidated Damages The Agency hereby agrees that the liquidated damages provisions of 23 CPR Part 635. Subpart 127, as supplemented; relative to the amount of Federal participation in the project cost,shall be applicable in the event the contractor fails to complete the contract within the contract time. Failure to include liquidated damages provision will not relieve(lie Agency from reduction of federal participation in accordance with this Inn ag aph. XIV. Termination for Public Convenience the Secretary of the Washington State Department of Transportation may terminate the contract in whole, or from time to time in part, whenever: (1) The requisite federal funding becomes unavailable through failure of appropriation or otherwise. (2) The contractor is prevented from proceeding with the work as a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense, or an Executive Order of the President at Governor of the State with respect to the preservation of energy resources. (3) The contractor is prevented from proceeding with the work by reason of a preliminary, special, or pennanent restraining order of a court of competent jurisdiction where the issuance of such order is primarily caused by the acts m omissions of persons or agencies other than the contractm. (4) The Secretary determines that such termination is in the best interests of the State. XV. Vonue for Maims and/or Gauzes of Action For the convenience of the parties to this contract, it is agreed that anv claims and/or causes of action which the Local Agency has against the State of Wasiington, growing out of this contract or the project with which it is concerned,shall be brought only in the Superior Court for Thurston County. DOT Form 140-039 EF 4 Revised 09/2011 34 ;.VL Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying 'fhe approving authority certifies,to the best of his or her knowledge and belief,that: (1) No federal appropriated funds have been paid or will be paid,by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of any federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member '. of Congress in connection with the awarding of any federal contract,the making of any federal grant, the making of any federal loan,the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan. or cooperative agreement. (2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit the Standard Form - LLL, "Disclosure Form to Report Lobbying,"in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subgrants,acid contracts and subcontracts under grants,subgrants,loans,and cooperative agreements)which exceed$100,000,and that all such subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission _ of this certification as a prerequisite for making or entering into this transaction imposed by Section 1352,Title 31,U.S.Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure. Additional Provisions DOT Form 140-039 FF- 5 Revised 0912011 35 PUBLIC WORKS DEPARTMENT Timothy J LaPorte P.E., Public Works Director Phone: 253-856-5500 KEN T Fax: 253-856-6500 WASH IN GTO N Address: 220 Fourth Avenue S. Kent, WA 98032-5895 Date: February 25, 2014 To: Chair Dennis Higgins and Public Works Committee Members PW Committee Meeting Date: March 3, 2014 From: Matt Knox, Environmental Ecologist Through: Chad Bieren, P.E., City Engineer Subject: Consultant Services Agreement with Tetra Tech, Inc. for 2014 Lakes Water Quality Monitoring Item - 4 Motion: Move to recommend Council authorize the Mayor to sign a consultant services agreement with Tetra Tech, Inc. in an amount not to exceed $24,432.97 to monitor and analyze surface water quality conditions and aquatic weeds in Lake Fenwick and Lake Meridian during 2014, subject to terms and final conditions acceptable to the City Attorney and the Public Works Director. Summary: Lake Fenwick and Lake Meridian are listed on the 303d list (the nation's list of "impaired waters" compiled by the State Department of Ecology and the Environmental Protection Agency) for a number of water quality parameters. The City has enacted a number of measures to improve water quality at both lakes including: Constructing stormwater treatment measures and requiring them on private systems; educating residents about ways to reduce polluted runoff (e.g. natural yard care and car washing); and in the case of Lake Fenwick, installing an in-lake aeration system and introducing weed-eating fish (Grass Carp) to reduce non-native aquatic plants. More improvements are proposed in the near future including increasing the capabilities of the aeration system and treating Lake Fenwick with non-toxic, algae-inhibiting chemicals. Water quality and aquatic weed monitoring and analyses need to occur in order to direct our management actions, to assess progress in improving water quality and in meeting standards and to ensure safe conditions for swimming and fishing. This contract will assist staff by providing the expert help and specialized equipment necessary to accurately assess lake conditions. Budget Impact: No additional unbudgeted funds will be required. The contract will be paid through the Stormwater Utility Fund. 36 This page intentionally left blank. 37 KENT CONSULTANT SERVICES AGREEMENT between the City of Kent and Tetra Tech. Inc. THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Tetra Tech, Inc. organized under the laws of the State of Washington, located and doing business at 1420 5th Avenue, Suite 550, Seattle, WA 98101, Phone: (206) 838-6261/Fax: (206) 728-9670, Contact: Harry Gibbons (hereinafter the "Consultant"). I. DESCRIPTION OF WORK. Consultant shall perform the following services for the City in accordance with the following described plans and/or specifications: The Consultant shall monitor environmental conditions at Lake Fenwick and Lake Meridian. For a description, see the Consultant's Scope of Work which is attached as Exhibit A and incorporated by this reference. Consultant further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time those services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon the effective date of this Agreement. Consultant shall complete the work described in Section I by May 31, 2015. III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed Twenty Four Thousand, Four Hundred Thirty Two Dollars and ninety seven cents ($24,432.97), 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) 38 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) 39 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) 40 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) 41 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. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. J. 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: Harry Gibbons Timothy J. LaPorte, P.E. Tetra Tech, Inc. City of Kent 1420 5th Ave., Suite 550 220 Fourth Avenue South Seattle, WA 98101 Kent, WA 98032 (206) 838-6261 (telephone) (253) 856-5500 (telephone) (206) 728-9670 (facsimile) (253) 856-6500 (facsimile) APPROVED AS TO FORM: Kent Law Department Tet a Tech-2014 Lakes Monitoring/Knox CONSULTANT SERVICES AGREEMENT 5 (Over$10,000) 42 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. By: Fo r: Title: Date: EEO COMPLIANCE DOCUMENTS - 1 43 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 44 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. By: Fo r: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 45 i For 2013 Water Quality Monitoring Lakes Fenwick and Meridian February 12,2014 Prepared for: City of Kent Prepared by: Tetra Tech, Inc. 1420 5th Avenue, Suite 550 Seattle, WA 98101 Attn: Harry Gibbons 206.838.6261 Scope Overview The City of Kent with the aid of Tetra Tech (Tt) has been monitoring the environmental conditions at Lake Fenwick and Lake Meridian. The following scope of work for 2014 is a continuation of the monitoring efforts perfonned since 2006. The scope of work describes the specific activities that Tt will perform in order to aid the City's continued effort to collect water quality data from its lakes for 2014. The primary goals of this project are to: 1) Continue to collect baseline data for amoral assessment of the lakes' enviroranental health and to provide a long-term database for potential management decisions in the fahue. said 2) Provide compliance monitoring data for Lake Fenwick in support of the current TMDL listing for phosphorus. i Therefore, the specific objective of this scope of work is to collect data from each of the two lakes on phosphorus, temperature, dissolved oxygen (DO), pII, Secchi disk, chlorophyl] a (chl a), and phytoplankton. Additionally at the City's request, sampling at 2 public beaches will be conducted on Lake Meridian. The collected dataset will be suramaiized and a detailed assessment made as to the overall condition of the lakes for 2014. A specific scope of work is outlined below. Cost estimates for these tasks are included. This scope of work is for the cost associated with the collection of the samples orrly and does not reflect any laboratory analysis. It is assrmred that all laboratory analysis will be paid for in fiill by the City. Transporting of the samples to the appropriate laboratory will be provided by Tt and is included within this estimate. Allowing the City to directly pay for the laboratory analysis is expected to save the City in direct fixed costs associated with the monitoring of the proposed sites. i I 46 Detailed Work Tasks: Task 1: Project Management L l Tt will prepare monthly invoicing. L2 Tt will perform monthly QA/QC analysis of field and laboratory data to ensure the on-going validity of the collected data. Deliverables: • Monthly invoices Task 2: Monitoring Described below are the specific sampling tasks that will occur during the 2014 monitoring period. Sampling events will occur on or approximately on the following dates: May - 14 June - 11 July - 16 August-13 September -10 October - 15 November- 12 The following tasks will be performed during each sampling event: Lake Meridian Monitoring During each sampling event listed above water quality samples will be taken at the deepest point of the lake at a depth of 1 meter below the lake surface. The water sample will be analyzed for TP (total phosphorus), chl a, and phytoplankton. Water transparency will be determined with a Secchi disc on each sampling occasion. DO, pH, and temperature will be determined at meter depth intervals on each sampling date. On one sampling event, in September, additional samples will be collected for TP and chl a analysis at mid depth and 0.5 meter above bottom sediments. Lake Fenwick Monitoring In-lake activities at Lake Fenwick will include water quality samples taken during each sampling event listed above at the deepest point of the lake at a depth of 1 meter below the lake surface and 0.5 meters above bottom sediments for TP and chl a. Additionally, phytoplankton will be collected at 1 meter below the lake surface once per month on the proposed sampling dates. Water transparency will be determined with a Secchi disc on each sampling occasion. DO, pH, and temperature will be determined at meter depth intervals on each sampling date. 47 Fenwick Inlet Monitoring The outflow from the Fenwick Wetland is Lake Fenwick's largest inflow source other than direct precipitation and is delivered to Lake Fenwick via an inlet channel on the west side of the park Water quality samples will be taken during each sampling event listed above within the inlet channel to Lake Fenwick for TP. When possible (depending on water depth), flow will also be taken in this channel using a Marsh McBirney Flo-Mate 2000 and USGS top-setting wading rod. Lake Meridian Swimming Beaches As a continuation from previous monitoring efforts if request by the City, Fecal Coliform(FC) samples will be obtained from two designated sampling locations within the swimming area at Lake Meridian. 'the events will coincide with designated sampling dates in late July through early September (July I Irh,August 0", and September 10"). A total of 6 FC samples will be collected and analyzed. Assmmiptions: • Laboratory testing will be performed at Aquatic Research, Inc, and will be paid for directly by the City. Phytoplankton samples will be analyzed at Water Envlrornnental Services, Inc, and will be paid for directly by the City. It will be responsible for transporting the samples to the laboratories mentioned above. Tt wilt provide QA/QC of the results from samples delivered. Deliverables • Water quality data collected during the sampling events listed in Task 4 will be sent to the city in hard copy and electronic form(Included within Monitoring Report) Task 3: Lake Fenwick Macrophyte Survey "the introduction of grass carp into Lake Fenwick to control invasive aquatic plant growth occurred in 2009. To document the effectiveness of grass carp, a detailed survey for mapping and assessment of grass carp impact on macrophytes will be conducted in August. A Trimble GeoXH GPS Receiver will be used to map the spatial extent of macrophytes within Lake Fenwick Species type and abrmclance will be recorded. The results of the survey, the comparison, and detailed mapping of the macrophytes will be summarized in'the technical memorandum detailed in Task 4. Deliverables: • GIS Shapefiles of macrophyte mapping Task 4: Water Quality Technical Memorandum To determine if water quality trends exist, a technical memorandum presenting the data in tabular and graphical form will be prepared. An assessment of the water quality for 2014 for the sites listed in Task 2 and 3 will be included in this memorandum. Water quality and phytoplairkton data (•om 2014 will be assessed in the context of similar monitoring data from 2006 through 2013 to i 48 determine if trends exist. This assessment will highlight observations and conclusions learned from previous monitoring results acid focus on the interrelationships between water quality parameters and phytoplankton production and species community structure. It will also identify potential environmental risks to water quality or problems that require management response for each lake. i Deliverables: • Technical memorandum presenting the data in tabular and graphical form and relative assessment of water quality for 2014 will be prepared. The memorandum will include data collected by'1't. Two hard copies and one compact disk will be submitted. Task 5: Record Water Levels Tetra Tech will continue to maintain data loggers at the inlet(outlet of the wetland) to Lake Fenwick and the lake itself near the Park Dock in order to collect information on temperature and water levels. In order to obtain outlet flow information at Lake Fenwick, a survey of the outlet channel will be needed. Tt requests that the City provide survey points that will to include X/Y/Z coordinates and can be delivered in either a CSV data file or an ESRI shapefile with all relevant survey datums and coordinate systems specified. This survey should include detailed cross sections across the outlet channel as close to the lake as possible and progressing down the outlet channel to the south. Two or three sections within the first 100 feet oP the channel and another section 400-500 feet downstream would be best. Ideally, the survey should include a cross section (This can be one of the 2-3 sections mentioned above) of the channel at its hydraulic control point or the "tipping point" where the lalce level is high enough that water begins to flow out through the � channel. It is important to take these sections up past any visible high water marks in the vicinity on both sides of the channel to maximize the accuracy of any flow data subsequently derived from this survey. Also, as part of this survey, a stream thalweg profile extending 500 feet dowrrstrearn of the lake in 50-foot increments (i.e. 10 points) should be collected to determine the typical slope for the outlet channel as well. The survey should also include multiple water surface elevation(WSE)points around the edge of the lake near the outlet, as well as near the lake level logger near the boat launch in the middle of the park. These will serve as control points to link the level logger data for the day with the survey data, and thus provide a way to measure the outlet flow in the channel using the lake level logger data. j 4 Tetra Tcch, Inc. 49 In summary: • 2-3 sections within the first 100 feet of the stream channel, one of which is taken at the "tipping point" of the stream channel; 1 section 400-500 feet downstream of the beginning of the channel; Take sections up past high water marks on both sides of channel; • Strewn profile with points every 50 feet for 500 feet downstream along the thalweg; • Multiple water surface elevation points near the stream inlet and near the lake level logger the same day as the stream survey. Data will be downloaded at the time of sampling and recorded ror water, TY budgets and modeling. Deliverables • Hourly water level data for lake, inlet 50 2/12/2014 TETRA TFCD,NC. Surface Water Group _ _... ) Fee Estimate ; C1'EY OP RUNT )VA'1'FL2 QUALITY Il'ION ITORING FEEESl'NIAM Principal 1'rolocl L m a m Lab r n kicld A:hn 'law Totnl or ental Technician* Scientist Scientist Dn 'n - Srpport Hems with OH Direct Labor+OH +prpfit• S222.51 $16].13 $10'15 S77.25 W OD 7 T ,. Deacriptinn Plujocl Manancmmrt 2 2 6 10 $1,d 11.98 2 Ivfonitoriny 2 2 4 128 136 S11,08908 3 Lake I'm....k lvlacmphyte S:alev 4 16 20 $2,126.04 4 TcclutioalVerLdum 4 4 24 Ifi 2 50 $'5,425,36 5 Collect WatermoLm Ns t 10 16 27 $2513,01 1'otnl La bur 13 8 44 1i6 2 243 S22,565.47 °Picas e rate tall e below for DJW _..- MATERIALS Ducrip[fon Unit 1 Unit Cost Quantity Coal Notes ---.. ilycholab day I S80.00 7 $560.00 - Secchi Disk day $5.00 7 $35.00 Boat Rental day s50.00 '/ $350.00 Data Recorders far wxt er level - month $25.00 14 $350 00 _.... ceS Rcntat day $Iln.00 1 $11000 - TOTAL MATERIALS: $1,405.00 - -� RGPRODUCl'ION Description L-it I/;nit Cos[1 Quantity Cost Votes Nlorrtorir,rport and technic,menus pg $0.10 )DU $50.00 TD TAL REPRO:': $50.00 '.. _. (RAVEL Description unrf I Unit Cost Qrmtity Cnst Notes Mileage miles $0.550 750 1 $41250 JGS aarczgeraw TOTAL UULV EL: $412.50 TO TALCO ST. $24,432.97 I Labor Rate Table "H1arR-op -Tabor, ;Staff/Labor Class DJR 'I (ovencca� Rate Harry Gibbons/Principal Scientist 74.17 3 $222 51 I Robert Plotnikoff/ProJ ect Scientist 55.71 3 $16713 i -Shannon Brat telxi/Lnvixonmental Hbgmcer 3515 3 $lOc.45 - AdamHaines/b'ield Technician" 3057 3 $ 9171 f Jessica Rliyard/Field 1 echmcian^* 22.44 3 $ 67.32 j Renec Vandeimause/Field Teclinicran** 24.24 3 $ 7272 j **Field Technician rate of$77.25 blended bo weri j Adani,dessica,and Renee;use torn of three on a `given dale ' 51 EXHIBIT B 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 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 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. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability insurance appropriate to the Consultant's profession. B. Minimum Amounts of Insurance 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, $2,000,000 general aggregate and a $1,000,000 products-completed operations aggregate limit. 3. Professional Liability insurance shall be written with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. 52 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 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 Contractor 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. 53 PUBLIC WORKS DEPARTMENT Timothy J. LaPorte P.E., Public Works Director Phone: 253-856-5500 KEN T Fax: 253-856-6500 WASH IN GTO N Address: 220 Fourth Avenue S. Kent, WA 98032-5895 Date: February 13, 2014 To: Chair Dennis Higgins and Public Works Committee Members PW Committee Meeting Date: March 3, 2014 From: Ken Langholz, Design Engineering Supervisor Through: Chad Bieren, P.E., City Engineer Subject: Consultant Services Agreement with GEI Consultants, Inc. for Briscoe-Desimone Levee Reach 2 & 3 Item — 5 Motion: Move to recommend Council authorize the Mayor to sign a Consultant Services Contract with GEI Consultants, Inc. in an amount not to exceed $152,552 to provide engineering services for the Briscoe- Desimone Levee Reach 2 & 3 project, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. Summary: The Briscoe-Desimone Levee is located along the Green River between S. 180th St. and S. 200th St. Reach 2 & 3 of this levee is located within the city limits of Kent and provides flood protection for the Cities of Kent, Tukwila and Renton. In 2011, the City, in conjunction with the King County Flood Control District (KCFCD), was successful in obtaining a $7 million grant from the Washington State Legislature to fund reconstruction of the Briscoe-Desimone Levee. And, in June 2013 the City entered into an Interlocal Agreement with the KCFCD which allocated an additional $11 million of District funds and assigned responsibility for design and construction of the project to the City of Kent. The City is continuing to pursue accreditation of the Briscoe-Desimone Levee from the Federal Emergency Management Agency (FEMA). As part of this accreditation effort, the City prepared a Conditional Letter of Map Revision (CLOMR) which identified 4 areas, or reaches, of the levee that do not meet current FEMA standards. These areas will be repaired utilizing sheet piles to construct a secondary floodwall. At the January 21, 2014 Council meeting, the construction contract for Reach 2 & 3 was awarded to Tapani, Inc. Under this consultant services agreement, GEI will provide construction engineering support for Reaches 2 & 3. Budget Impact: This contract will be funded out of the $18 million which was allocated to the Briscoe-Desimone Levee project through an Interlocal Agreement with the KCFCD. 54 This page intentionally left blank. 55 KENT CONSULTANT SERVICES AGREEMENT between the City of Kent and GEI Consultants, Inc. THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and GEI Consultants, Inc. organized under the laws of the State of California, located and doing business at 180 Grand Avenue, Suite 1410, Oakland, CA 94612, Phone: (510) 350-2900/Fax: (510) 350-2901, Contact: Alberto Pujol (hereinafter the "Consultant"). I. DESCRIPTION OF WORK. Consultant shall perform the following services for the City in accordance with the following described plans and/or specifications: The Consultant shall provide engineering construction support for Reach 2 and 3 of the Briscoe-Desimone Levee Improvements Project. For a description, see the Consultant's Scope of Work which is attached as Exhibit A and incorporated by this reference. Consultant further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time those services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon the effective date of this Agreement. Consultant shall complete the work described in Section I by June 1, 2015. III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed One Hundred Fifty Two Thousand, Five Hundred Fifty Two Dollars ($152,552.00), 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 B. CONSULTANT SERVICES AGREEMENT - 1 (Over$10,000) 56 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) 57 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 willfully wrongful acts of negligent performance of this Agreement. 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 C attached and incorporated by this reference. IX. EXCHANGE OF INFORMATION. The City will provide its best efforts to provide reasonable accuracy of any information supplied by it to Consultant for the purpose of completion of the work under this Agreement. X. OWNERSHIP AND USE OF RECORDS AND DOCUMENTS. Original documents, drawings, designs, reports, or any other records developed or created under this Agreement shall belong to and become the property of the City. All records submitted by the City to the Consultant will be safeguarded by the Consultant. Consultant shall make such data, documents, and files available to the City upon the City's request. The City's use or reuse of any of the documents, data and files created by Consultant for this project by anyone other than Consultant on any other project shall be without liability or legal exposure to Consultant. XI. CITY'S RIGHT OF INSPECTION. Even though Consultant is an independent contractor with the authority to control and direct the performance and details of the work CONSULTANT SERVICES AGREEMENT - 3 (Over$10,000) 58 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) 59 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. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. J. 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: Alberto Pujol Timothy J. LaPorte, P.E. GEI Consultants, Inc. City of Kent 180 Grand Ave., Suite 1410 220 Fourth Avenue South Oakland, CA 94612 Kent, WA 98032 (510) 350-2900 (telephone) (253) 856-5500 (telephone) (510) 350-2901 (facsimile) (253) 856-6500 (facsimile) APPROVED AS TO FORM: Kent Law Department GEI-Briscoe-0eslmone Levee 4/L ngholz CONSULTANT SERVICES AGREEMENT 5 (Over$10,000) so 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. By: Fo r: Title: Date: EEO COMPLIANCE DOCUMENTS - 1 61 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 62 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. By: Fo r: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 63 EConsultants Glotld'-'al February 13,2014 P,nn nmCnM \team[Remv¢ce. Mr. Ken Langholz City of Kent Public Works Department 220 Fourth Avenue South Kent, WA 98032 Re: Scope and Cost estimate for Construction Phase Engineering Support Reach 2 and 3 Briscoe-Desimone Levee Improvements Dear Mr.Langholz: This letter presents our proposed scope and budget estimate for the Constriction Phase Engineering Support for the Reach 2 and 3 Briscoe-Desimone Levee Improvements. The proposed levee improvements in Reaches 2 and 3 consist of installing a sheet pile floodwall landward of the existing levee. The space between the sheet pile wall and the landward slope of the existing embankment will be filled, and the existing trail will be relocated on top of the fill. A reinforced concrete cap beam and barrier will be constructed on top of the sheet piles,and the exposed surface of the sheet piles above the landside finished grade will be painted. The upper portion of the riverbank slope will be excavated to create a flatter slope with a planting bench just above the ordinary high watermark along most of the design reach. Reach 2 is located between River Miles 15.44 and 15.57. Reach 3 is located between River Miles 15.98 and 16.36. We will work closely with the City and our proposed structural subconsultant Shearer Design LLC to provide engineering support during construction in regards to the following design elements: c Steel Sheet Piles o Construction Noise and Vibration Control Activities o Settlement Monitoring Activities o Concrete cap beam o Concrete barrier o Hand Railing o Deadman and Anchors '.. o Earthwork o Floodgate o Stairs o Retaining Walls Scope of Services We propose to perform the following scope of services: wwva.ye ieu nsuIton ts.com GEI Cevs.I ants,Inc. 180 Grnnd Ave,Suite 1410,Oakland,CA 94612 510.350.2900 fax 510.350.2901 64 i Mr. Ken Langholz 2 February 13, 2014 • Attend an early construction meeting to review the City's needs and expectations and meet project personnel. • Participate in select construction meetings by conference call. Participation will be limited to meetings where discussion of the following activities will be a significant topic of the meeting: o Pre-Construction Inspection Activities o Sheet Piles o Construction Noise and Vibration Control Activities o Settlement Monitoring Activities o Concrete cap beam o Concrete barrier o Hand Railing o Deadman and Anchors o Earthwork o Floodgate o Stairs o Retaining Walls • Support City in reviewing contractor submittals with significant engineering content, including contractor work plans and proposed materials for earthwork,sheet piles, construction noise and vibration monitoring, settlement monitoring, sheet piles, concrete cap beam and barrier,retaining walls, stairs,hand railing, deadman and anchors, earthwork and floodgate, • Review material certificates and QC and QA test reports for noise and vibration monitoring, settlement,fill,sheet piles, concrete and other items associated with the work outlined above, • Support City in reviewing and responding to RFI's that involve significant engineering content, • Participate onsite at the startup of the following construction activities: o Sheet Pile Installation Test Program o Sheet Pile Installation o Earthwork o Deadman and anchors o Concrete cap beam and barrier o Stair and Retaining wall construction The purpose of the onsite participation at the startup of these activities is to evaluate site conditions and construction procedures to confirm they are consistent with design assumptions. • Support City in reviewing change order requests if desired by the City • Support City with evaluation of contractor claims if needed • Perform design evaluations and prepare design modifications as required to conform design to conditions exposed during construction 65 Mr. Ken Langholz 3 February 13, 2014 • Assist the City in reviewing As-built Drawings prepared by the City or the Contractor as requested Materials testing, daily inspections, and other construction management duties are not included in this scope. We have assumed that they will be performed by the City's construction management personnel and an inspection/testing firm such as Jason Engineering. Schedule We are prepared to begin the work within two weeks of receiving a Notice to Proceed. We have assumed the following schedule: • Early construction meeting will occur in February or March 2014, • Sheet pile installation will occur between May and August 2014, • Earthwork activities will occur between June and September 2014, • Concrete cap beam and barrier installation will occur between July and October 2014, • Construction will be substantially complete by mid November 2014. Cost Estimate The proposed scope and level of effort are dependent on actual project duration, contractor activities,submittals,requests for information,and other items outside our control. For budgeting purposes, a preliminary breakdown of the estimated costs is included in the table below. We will not exceed the total estimated amount of$152,552 without your written authorization. Project ShearerI Staff: Engr. Nickerson Pujol GE] Labor GEI Direct Design Total Total Expenses Subcontract Rate: $122 $218 $246 Early Const. 4 2 $1,364 $3,878 $5,242 Meeting Conference 24 24 8 $10,128 $10,128 Calls Submittal 24 36 6 $12,252 $12,252 Review Review QA/QC Documentation 96 48 12 $25,128 $16,109 $41,237 Support RFI 12 40 6 $11,660 $13,515 $25,175 Response Const.t 64 24 6 $14,516 $7,200 $7,505 $29,221 Site V Support CO 2 4 2 $1,608 $1,608 Request Support Claims 2 4 2 $1,608 $1,608 Request Design Modifications 12 6 2 $3,264 $3,264 I Review lts 12 8 2 $3,700 $3,700 Project 24 8 $7,200 $11,918 $19,118 Management Subtotals $92,428 $7,200 $52,924 Suggested Budget $152,552 ss Mr. Ken Langholz 4 February 13, 2014 Conditions Our services will be provided in accordance with previously negotiated contract terms and conditions for the Briscoe-Desimone Levee. We will perform the above scope of work on a time and materials basis. Invoices will be submitted monthly based on the service performed as of the end of each billing period. Closing Thank you for the opportunity to submit this scope and cost estimate. We look forward to continuing to work with you on this project. Please call meat 510-350-2908 or Jim Nickerson at 781-712-4023 if you have any questions. Sincerely, GET CONSULTANTS,INC. W Alberto Pujol, P.E. Vice President,Project Manager Attachments: Shearer Design Letter of Scope C: Jim Nickerson i it I 67 so SHEARER DESIGN LLC. SHEARER DESIGN iteso Bridge Design, Construction Engineering and Infrastructure Aesthetics 3613 Phinney Ave N#3 Seattle,WA 98103 (206)781-7830 January 24, 2014 GEI Consultants, Inc. 180 Grand Avenue, Suite 1410 Oakland, CA 94612 Subject: Kent Briscoe-Desimone Levee Improvements Construction Support i Attn: Alberto Pujol, P.E., G.E. and Jim Nickerson P.E. Dear Jim; We are happy to provide continued engineering services for the Kent Briscoe-Desimone Levee Improvement Project. This attached scope pertains to Construction Support for Levee Reaches 2& 3. As discussed I believe the best way we can support the project is in the following areas: Task 1.1 Pre-Construction Meeting This task will cover the review of the current bid documents and attendance at the pre- construction meeting. Task 1.2 RFI &Shop Drawings Under this task we will review and comment on project submitted shop drawings and request for information (RFI) from the Contractor that pertain to drawings prepared by Shearer Design in the bid set. Areas Covered • Stairs • Retaining Wall • Railing • Materials Task 1.3 Routine Inspections This task will cover onsite inspections for compliance with the bid documents or for construction problem solving. Areas Covered • Stairs • Cap Beam • General Sheet Pile to support GEI 11SHEARERSERVER\D-Ddve\ADMIN\Job Contracts\C-0219 Kent Levee\Contract\0219 scope 5 Construction Support.docx 68 ER N LLC. SHEARER DESIGN I1p� B 9 EngineeringInfrastructure 3613 Phinney Ave N#3 Le Bridge Design, Construction En inneeee,iinn` and Infrfi�cart e,Aesthetics e th 03 (206)781-7830 Task 1.4 Monitoring Program Q.C. This task will cover review of the Contractors "Construction monitoring program"for compliance with the project bid documents. Areas Covered • Verification of instrumentation placement • Periodic Inspection Areas Not Covered • Review of Monitoring Plan for compliance with bid documents • Pre- Construction Building Condition Verification Task 1.6 Administration This task will cover the general project coordination and project meeting points. Included will be: • Conference calls with GEI to discuss the project progress. • Communicate periodically through the advancement of the construction to discuss any interim results, challenges and directions. Items not included in this proposal. Full time onsite inspection (Assumed to be City of Kent). Materials testing services. Please see the enclosed spreadsheet for a summary of our estimated cost& hours for this phase of the project. We look forward to working with you again on this project. If you have any questions please feel free to call. Sincerely, D,_ » David R. Shearer S.E. Principal SHEARER DESIGN 11SHEARERSERVERID-Drive1ADMIN\Job Contracts\C-0219 Kent Levee%Contract10219 Scope 5 Construction Support.docx �I ss m E I w I y w w O — - `g+ c c o E W N Z5 U W m N N N R - z ° - o a — o00 Qo 2a N �.mna w O d E � voEq M vNg V. of tONOpW ro < VI.4' N [mONC Vi N g I .0 cujt I, w� W C I N O N J UNm � N N C N > N at'Iv ac m y a 7i y a N 2 u N U o > c K K12o U 2 � E U U =U C O rv � l N m o mE m m = a 0 s Lq Ll FYN- N R 70 EXHIBIT C INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS 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 or its equivalent, with minimum limits of $5,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $5,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City, King County and the King County Flood Control District shall be named as an Additional Insureds under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City, the District and the County. All endorsements adding Additional Insureds shall be issued on form CG 20 10 1185 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 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. + 4. Professional Liability (Errors & Omissions) insurance appropriate to the Consultant's profession. 71 EXHIBIT C (Continued) B. I14iiiniiirmuirn Airnoanirnts of :Unsanrairnce Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with minimum limits of $5,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $5,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of at least $2,000,000 per accident. 3. Professional Liability (Errors & Omissions) insurance shall be written with limits no less than $5,000,000 per claim and $5,000,000 policy aggregate limit. C. Othier :I:irnsanrairnce IProviisiioins The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 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, King County Flood District and King County shall be named as an additional insureds 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. 72 EXHIBIT C (Continued) D. Coimbra tor's :Unsuiiraim a for OtIheir ILosses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Sulbirogatioin The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. IF., Accelptalbillity of ;I;un uair it Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. G. V iriiffiic atiioin 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 Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. SuIbcointiractoirs 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. 73 PUBLIC WORKS DEPARTMENT Timothy J. LaPorte P.E., Public Works Director Phone: 253-856-5500 KEN T Fax: 253-856-6500 Wnsu INGTON Address: 220 Fourth Avenue S. Kent, WA 98032-5895 Date: February 25, 2014 To: Chair Dennis Higgins and Public Works Committee Members PW Committee Meeting Date: March 3, 2014 From: Gina Hungerford, Conservation Coordinator Through: Kelly Peterson, AICP, Environmental Conservation Supervisor Mike Mactutis, P.E., Environmental Engineering Manager Chad Bieren, P.E., City Engineer Subject: Information Only/Residential Recycling Event, Rain Barrel, Composter &Worm Bin Sale, Curbside Cleanup, & City-Wide Spring Clean Event Item — 5 Motion: Information Item/No Motion Required Summary: The annual Spring Recycling Event will be held March 15, 9:00am-3:00pm, at Russell Road Park. Residents are invited to bring items not easily recycled at the curb including appliances, tires, bulky yard debris & Styrofoam at no charge. NW Center will be on site to collect reusable household goods. The Composter, Worm Bin & Rain Barrel Sale will take place at Russell Road Park on March 22. Composters & Worm Bins will be available for $25 and Rain barrels for $35, while supplies last. Both these events are paid for by the Department of Ecology Coordinated Prevention Grant, the King County Waste Reduction and Recycling Grant, and the Local Hazardous Waste Management Program Grant. Flyers will be going out in the mail this week. For a list of what to bring, visit www.KentRecycles.com. March 31-April 4 is Spring Curbside Cleanup Week wherein residents can place additional garbage and yard waste at the curb. A flyer with details will be sent in mid-March and will also be available at KentRe cycles.com. The 2nd Annual City-Wide Litter Cleanup will take place Saturday, April 5. Residents may sign up online at www.KentWA.cloy/LitterFreeEventReclistration . Budget Impact: None 74 This page intentionally left blank. 75 PUBLIC WORKS DEPARTMENT Timothy J. LaPorte P.E., Public Works Director Phone: 253-856-5500 KEN T Fax: 253-856-6500 WASH IN GTO N Address: 220 Fourth Avenue S. Kent, WA 98032-5895 Date: February 25, 2014 To: Chair Dennis Higgins and Public Works Committee Members PW Committee Meeting Date: March 3, 2014 From: Gina Hungerford, Conservation Coordinator Through: Kelly Peterson, AICP, Environmental Conservation Supervisor Mike Mactutis, P.E., Environmental Engineering Manager Chad Bieren, P.E., City Engineer Subject: Information Only/Republic Services' Rate Adjustment Item - 6 Motion: Information Item/No Motion Required Summary: Solid waste rates are comprised of a collection component, which covers Republic Services' costs to provide these services, including, but not limited to fuel, labor, insurance, and a waste disposal component, the latter having last been increased by King County in January 2013. In accordance with the Garbage, Recycling, Yard and Food Waste Contract with Republic Services, increased rates for collection services are based on inflation; the calculation utilizes an inflation adjustment factor, computed by the United States Department of Labor. This annual rate adjustment becomes effective April 1, each year. Bills are sent out quarterly. Solid waste rates (not including taxes and the hazardous waste fee) will increase slightly beginning April 1, 2014, as noted below: Service Level April 1, 2013 April 1, 2014 Increase 13-gallon $ 5.09/mo. $ 5.14/mo. $0.05/mo. 20-gallon $10.18/mo. $10.27/mo. $0.09/mo. 32-gallon $16.94/mo. $17.09/mo. $0.15/mo. 45-gallon $24.54/mo. $24.76/mo. $0.22/mo. 54-gallon $37.12/mo. $37.47/mo. $0.35/mo. 96-gallon $55.69/mo. $56.20/mo. $0.51/mo. The City of Kent continues to have some of the lowest solid waste rates in King County. Budget Impact: None