Loading...
HomeMy WebLinkAboutCity Council Committees - Public Works Committee - 04/02/2018 (2) Unless otherwise noted, the Public Committee meets at 4 p.m. on the first and third Monday of each month in Kent City Hall, Council Chambers East, 220 Fourth Ave S, Kent, WA 98032. For additional information, contact Cheryl Viseth via email at cviseth@KentWA.gov, or 253-856-5504. Any person requiring a disability accommodation should contact the City Clerk’s Office at 253 -856-5725 in advance. For TDD relay service call Washington Telecommunications Relay Service at 1-800-833-6388. Public Works Committee Agenda Councilmembers: Brenda FincherToni TroutnerDennis Higgins, Chair Director: Timothy J. LaPorte, P.E. April 2, 2018 4:00 p.m. Item Description Action Speaker Time Page 1. Call to Order -- Chair 01 -- 2. Roll Call -- Chair 01 -- 3. Changes to the Agenda -- Chair 01 -- 4. March 19, 2018 Minutes - Approval YES None 03 03 5. S 218th Street Schedule 74 Undergrounding and Joint Trench Agreements – Recommend YES Carla Maloney 05 07 6. Contract with AECOM for Upper Mill Creek Dam – Recommend YES Alex Murillo 03 51 7. Info Only/Regional Mobility Grant – Update NO Kelly Peterson 05 69 8. Info Only/Mill Creek Neighborhood Parking - Update NO Kelly Peterson 15 81 9. Info Only/Transportation Master Plan (TMP) – Update NO April Delchamps 10 83 10. Info Only/2019-2024 Transportation Improvement Program (TIP) NO April Delchamps 10 93 11. Info Only/S 228th Union Pacific Rail Road Overpass Update No Tim LaPorte 05 95 12. Info Only/Quiet Zone – Update NO Chad Bieren 10 97 1 This page intentionally left blank 2 PUBLIC WORKS COMMITTEE March 19, 2018 Minutes City of Kent, WA Pending Approval Date: March 19, 2018 Time: 4:00 p.m. Place: Chambers East 1. Call to Order: The meeting was called to order at 4:02 p.m. by Committee member Higgins . 2. Roll Call: Dennis Higgins, Committee Chair and Committee members Brenda Fincher and Toni Troutner were present. Absent: N/A 3. Changes to the Agenda: Item 9 changed to Info Only 4. Approval of Minutes, Dated March 5, 2017 Committee member Troutner MOVED to approve the Minutes of February 26, 2017. The motion was SECONDED by Committee member Fincher. The motion PASSED 3 - 0. 5. South 228th Street UPRR Grade Separation Project Reimbursement Agreement with AT&T - Recommend Mark Madfai, Design Engineering Supervisor noted that AT&T has temporarily relocated its facilities to accommodate the construction of the 228th Street overpass project. They have requested the City install new conduit for future placement of their facilities in the new overpass and bridge. This reimbursement agreement will allow the City to be reimbursed for the design and construction costs to install the new conduit with the City’s project. Committee member Fincher MOVED to recommend Council authorize the Mayor to sign a to sign a Reimbursement Agreement with AT&T for the South 228th Street UPRR Grade Separation Project, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. The motion was SECONDED by Committee member Troutner. The motion PASSED 3 - 0. 6. South 228th Street UPRR Grade Separation Project Joint Utility Trench Agreements with Comcast, Zayo and Puget Sound Energy - Recommend Mark Madfai, Design Engineering Supervisor noted that Century Link, Comcast, Zayo, and Puget Sound Energy (PSE) Gas and Power will need to relocate their facilities to accommodate construction of the South 228th Street Union Pacific Railroad (UPRR) Grade Separation project. Currently, these facilities lie underground and are in conflict with future improvements along South 228th Street on the east side of the UP railroad tracks. Comcast, Zayo and PSE Gas will participate in a joint utility trench that the City’s contractor will construct as part of the overall project. Constructing these improvements as part of a city public works contract ensures the timely relocation of utilities and minimizes utility conflicts during construction of other improvements. This arrangement reduces the risk of change orders due to utilities, which 3 can be significant. Each utility will pay its proportionate share of costs to complete the relocation of its facilities. Last year many of these utility companies relocated their facilities on the west side of the UP railroad tracks from above ground poles to underground. They participated in a joint utility trench that the City’s contractor constructed on the west side of the tracks. Committee member Troutner MOVED to recommend Council authorize the Mayor to sign Joint Utility Trench Agreements with Comcast, Zayo and Puget Sound Energy for the South 228th Street UPRR Grade Separation Project, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. The motion was SECONDED by Committee member Fincher. The motion PASSED 3 - 0. 7. South 228th St UPRR Grade Separation Project Facility Relocation Agreement with Puget Sound Energy - Recommend Mark Madfai, Design Engineering Supervisor noted as part of the relocations required for construction of the South 228th Street UPRR grade Separation Project, Puget Sound Energy (PSE) must relocate existing power facilities both underground and overhead. This agreement is for the underground relocation of overhead power distribution facilities that are located within PSE’s property along the Interurban Trail. These lines must be removed to accommodate construction of the new bridge. The remaining relocations are covered under the franchise agreement and are PSE’s responsibility to pay for. Last year the City paid for and PSE performed the work to raise three sets of existing high voltage power lines along PSE property to make way for the new bridge. This remaining work was not completed with the transmission line work last year because underground relocations still needed to be completed to the east. PSE did participate in the City’s joint utility trench to underground lines west of the UPRR tracks under a Schedule 74 reimbursement agreement at that time. Committee member Troutner MOVED to authorize the Mayor to sign the Facility Relocation Agreement with Puget Sound Energy in the amount of $713,867.11 for the South 228th Street UPRR Grade Separation Project, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. The motion was SECONDED by Committee member Fincher. The motion PASSED 3 – 0. 8. Contract with Gray and Osborne for Construction Engineering Services for the Cambridge Reservoir Project - Recommend Paul Kuehne, Construction Supervisor noted that Gray and Osborne will provide services to include oversight of reservoir rehabilitation, welding inspection, material inspection and testing. The largest components of the Cambridge Reservoir Recoating and Fall Protection Project are the coating (specialized paint) inspection and welding inspection for fall protection facilities. As the city does not make these improvements very often, we do not have staff with the certifications necessary to inspect the work. Therefore, we propose using a consultant to complete these inspections. The contract is roughly 10% of the value of the contract, which is within the industry standard. Committee member Fincher MOVED to authorize the Mayor to sign a Consultant Services Agreement with Gray and Osborne in an amount not to exceed $135,628.00 for Engineering Services for the Cambridge Reservoir Recoating and 4 Fall Protection Project, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. The motion was SECONDED by Committee member Troutner. The motion PASSED 3 - 0. 9. Consultant Services Agreement with AECOM for the Upper Mill Creek Dam – Info Only Alex Murillo, Environmental Supervisor noted that AECOM, an Engineering consulting firm, was selected to perform engineering services for this project and has completed the majority of the design work. Permitting the dam endeavor has proven difficult and time consuming, taking over two years to accomplish. As a result of the permitting process, numerous changes were required to meet requirements. Permits required include a Corps of Engineers permit, a Washington State Department of Fisheries permit, a State Department of Ecology permit for the dam raising and consultation with the Muckleshoot Indian Nation. After many exchanges over the past year, we believe we are ready to finalize the design, and hopefully obtain the permits in time for construction commencement this summer. 10. Information Only/Preliminary Flood Map Open House March 21, 2018 Chris Wadsworth, CFM, Civil Engineering Designer II noted that the City of Kent is hosting a public open house to discuss changes to the Federal Emergency Management Agency’s (FEMA) Flood Insurance Rates Maps and how they might impact Kent properties. The open house will be held from 6-8 p.m. on Wednesday, March 21, in the City Council Chambers at Kent City Hall. The meeting includes several other jurisdictions, including Auburn, Bellevue, Tukwila and King County. FEMA representatives will also attend. FEMA’s maps delineate flood areas along several rivers and streams in King County, including the Green River, the Cedar River, Springbrook Creek, Mill Creek, the Black River, Kelsey Creek and the west tributary of Kelsey Creek. The maps are preliminary, and once adopted, will be used to help community officials and residents identify flood risks, determine flood insurance rates and inform hazard mitigation plans and land-use and development decisions. City of Kent staff, FEMA representatives, and staff from King County and other local cities, will be in attendance at the meeting to provide information to the public and to answer questions. 11. Information Only/132nd Avenue Phase 1 Update Drew Holcomb, Design Engineer II noted that Phase 1 of the 132nd Avenue Improvement Projects is complete. Staff shared the success of this project and also updated the committee on project costs. 12. Information Only/S. 228th Street Right-of-Way Update Tim LaPorte, Public Works Director, noted that since last week’s update there are only 3 properties from which we still need to obtain right of way. LaPorte noted that until all properties have signed, we are unable to bid the project. 13. Information Only/Quiet Zone Update Chad Bieren, Deputy Public Works Director / City Engineer said that he talked with the Utilities and Transportation Commission (UTC) last Thursday regarding the City’s position that for establishment of the Quiet Zone should only include necessary improvements for 5 the proposal and that other improvements requested by the railroads should be considered outside of the Quiet Zone process. ADDED ITEMS: American Legion Members of the American Legion presented a history of their Kent past and asked for relief from utility taxes and/or rates. Adjournment: At 5:40 p.m., Committee Chair Higgins declared the meeting adjourned. Cheryl Viseth, Committee Secretary 6 PUBLIC WORKS DEPARTMENT Timothy J. LaPorte, P.E., Director Phone: 253-856-5500 Fax: 253-856-6500 220 Fourth Avenue South Kent, WA 98032 DATE: March 19, 2018 TO: Public Works Committee FROM: Carla Maloney, P.E., Design Engineering Manager SUBJECT: South 218th Street Schedule 74 Undergrounding and Joint Trench Agreements – Recommend SUMMARY: The South 224th Street Improvements, Phase 2 project includes work along 88th Avenue South and South 218th Street, and extends from South 222nd Street to 94th Place South. The project consists of widening 88th Avenue South and South 218th Street to include a turn lane, curb, gutter, sidewalk and planter strips. The work also includes the replacement of the existing Garrison Creek bridge and the construction of retaining walls. In order to perform the above described work, Puget Sound Energy, Comcast, and CenturyLink need to relocate utilities from aerial to underground the facilities pursuant to the City’s utility undergrounding ordinance. A design agreement with Puget Sound Energy was approved last June to initiate design in order to meet the project schedule we need to move forward with the utility agreements. EXHIBITS: Draft Schedule 74 Underground Conversion Agreement with Puget Sound Energy and Joint Trench Agreements with Comcast and CenturyLink BUDGET IMPACT: The undergrounding of utilities is included in the project budget. STRATEGIC PLAN GOAL(S): ☒ Innovative Government - Empowering responsible citizen engagement, providing outstanding customer service, leveraging technologies, and fostering new opportunities and industries that benefit our community. ☒ Thriving Neighborhoods and Urban Centers - Creating vibrant urban centers, welcoming neighborhoods, and green spaces for healthy growth and cultural celebration. MOTION: Move to recommend Council authorize the Mayor to sign a Schedule 74 Underground Conversion Agreement with Puget Sound Energy and Joint Trench Agreements with Comcast and CenturyLink for utility undergrounding on S. 218th St. Improvements as part of the South 224th Street Phase 2 project, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. 7 This page intentionally left blank 8 JOINT TRENCH AGREEMENT Between the City of Kent and Comcast for the L.I.D. 363 - S. 218th Street Project (88th Avenue S. to 94th Place S.) THIS AGREEMENT, is entered into between the City of Kent, a Washington municipal corporation (“City”), and Comcast of Washington IV, Inc. a Washington corporation (“Comcast”). RECITALS WHEREAS, the City is making right-of-way improvements to S. 218th Street. WHEREAS, it is the City’s belief that, pursuant to local ordinance and the franchise agreement between the City and Comcast dated May 4, 1993, and the Franchise Clarification Agreement dated May 5, 2004, that these right-of-way improvements require Comcast to relocate the underground facilities that are currently in conflict with this project. WHEREAS, relocation requires trenching within the right-of-way and the parties recognize the efficiencies of entering into an agreement whereby one trench will be dug for all of the parties to relocate their facilities. AGREEMENT To facilitate construction of a joint trench, the parties agree as follows: 1. SCOPE OF WORK The City of Kent will advertise for construction bids and enter into a contract for the construction of a trench which shall include Comcast, CenturyLink, and PSE power facilities. This trench will be placed along the south side of S. 218th Street beginning at 88th Avenue S. and ending at 94th Place S. There will be approximately three (3) trench crossings of S. 218th Street to serve customers on the north side of the street. All utilities requiring to cross will use these trenches. 2. CONTRACTOR REQUIREMENTS The independent contractor hired by the City to perform this work shall be referred to as “the contractor” in this Agreement. The contractor, pursuant to a contract with the City, shall excavate the trench, install Comcast, CenturyLink and PSE power facilities, accommodate and coordinate the installation of Comcast facilities, install the bedding material, backfill and compact the trench, and perform any restoration required by the City, all to be performed in a 9 good and workmanlike manner consistent with industry standards. The City represents that any such contract shall further require of contractor that the work be conducted in conformity with (i) the applicable procedures and requirements of the parties as described herein; (ii) all applicable laws, ordinances and regulations of any governmental authority, and; (iii) all applicable terms and provisions of the National Electric Safety Code, as may be amended, supplemented or replaced from time to time, including but not limited to those pertaining to protection and separation of conductors buried in earth. 3. RESPONSIBILITY OF THE PARTIES A. Drawings. Comcast shall provide engineering drawings, specifications, construction standards, quantities, and cost estimates to the City for the underground relocation of Comcast’s facilities. The drawings shall show in detail the location and elevation of the conduits, trench, and vaults, and shall include a general traffic control plan for activities not associated with installation of facilities within the contractor controlled open trench area. B. Installation. Comcast shall furnish and install their conduit in the City provided trench and shall furnish and deliver to the site all vaults for installation by the City in a timely manner as outlined in subsection 3.D. Comcast shall schedule all deliveries and work so as not to delay the City’s contractor. All rights, title and interest in the facilities and associated equipment shall at all times remain with Comcast. Parties hereto acknowledge and agree that Comcast shall in no event be required to remove their respective, affected aerial facilities prior to completion of the underground facilities in accordance with this Agreement, and so long as said installation is completed in conformity with this Agreement. C. Traffic Control. The City’s contractor shall perform all traffic control associated with installation of facilities within the contractor controlled open trench area. Comcast shall be responsible for providing traffic control during installation of facilities not associated with the controlled open trench area. D. Comcast Coordination. Comcast shall maintain continued coordination with the contractor regarding the installation of Comcast’s facilities. This coordination shall include but not be limited to the following: 1. Timing of when and where materials will be delivered on-site. 2. Time and duration of work including project schedule by Comcast’s contractor to install facilities in the trench. Once the contractor has given one week notice to Comcast of when the trenching work will begin, Comcast shall abide by the following schedule: a. Comcast shall have necessary manpower and equipment on site and shall have a three (3) hour window per day with which to complete installation of conduits when the 10 trench is provided and plumb them into the vaults. The City’s contractor will install Comcast’s conduit in the street crossings. b. The City’s contractor shall provide Comcast daily notification and provide at least 12 hours notice as to the exact timing of when Comcast’s three (3) hour installation window will start. c. The City’s contractor will excavate for and place Comcast vaults in the trench including bedding and backfill. d. Comcast shall coordinate closely with the City’s contractor to provide all necessary materials in a timely manner. 3. Location of where Comcast’s contractor will begin the work. 4. Coordination with other utility companies included in the joint trench for the placement of conduit. This may include the stacking of conduits with another utility, and locating conduits below or around other vaults. E. Surveys. The City will provide the survey for the location of the trench and vaults. F. Election Not to Proceed. If Comcast elects not to proceed with joining in the trench provided by the contractor, Comcast shall obtain a permit from the City and remain liable for completing all work in accordance with the letter sent to Comcast dated September 27, 2017, and attached to this agreement. 4. COMPENSATION A. Trench costs. Comcast agrees to pay the City a portion of the trench costs, including trench bedding and backfill, commensurate with their proportionate share of trench usage as shown in Exhibit A attached hereto and incorporated by this reference. Preliminary costs will be agreed upon prior to construction based on an estimate from the bid accepted by the City. Costs will be finalized after completion of construction to account for actual construction costs. B. Street Crossings. Comcast agrees to pay for the installation costs for the City’s contractor to install Comcast’s conduits in the street crossings. These costs are in addition to the trench costs outlined in subsection 4. A herein. C. Survey. Comcast agrees to pay the reasonable costs for the City surveyor’s time to provide vault locations and elevations and any other survey that may be required to locate and place Comcast facilities. 11 D. Traffic Control. Comcast agrees to pay the City a proportionate share of traffic control costs related to the contractor controlled open trench areas where Comcast facilities are present. The proportionate share shall be based on trench usage as shown in Exhibit A. Comcast shall be responsible to provide all traffic control during installation of Comcast facilities not associated with the controlled open trench area. E. Additional Expenses. Comcast agrees to pay their proportionate share of additional expenses incurred due to Comcast’s approved change requests requiring additional trench depth or width and for unforeseen conditions, including but not limited to dewatering for ground water. Comcast will not pay for any share of additional expenses incurred due solely to approved change requests from PSE, CenturyLink and/or the City. F. Claims by Contractor. Comcast agrees to pay the entire cost of any claims made by the contractor that are proximately caused by Comcast. These claims may include delays caused by installing Comcast facilities, delays caused by Comcast providing materials, or any other conflicts between the contractor and Comcast’s contractor. G. Vaults. Comcast agrees to pay for the excavation, site preparation, and installation for their vaults, including bedding and backfill, separately and in addition to any survey costs and trench costs discussed above. These additional costs shall be preliminarily determined from the bid price accepted by the City. The cost to excavate for and install Comcast’s vaults will be finalized after completion of construction to account for actual construction costs. H. Invoice. Comcast agrees to pay the City within sixty (60) days of being invoiced by the City for amounts that the contractor has invoiced the City and which Comcast has agreed to pay under this Agreement. I. Defective or Unauthorized Work. Per the terms of the agreement between the City and contractor, Comcast reserves the right to withhold payment from the City for any defective or unauthorized work performed by the contractor. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement, and extra work and materials furnished without Comcast’s approval. If for any reason it is necessary to satisfactorily complete any portion of the work, Comcast may complete the work using its own means. J. Final Payment/Waiver of Claims. The making of final payment by the parties shall constitute a waiver of claims by the contractor, except those previously and properly made and identified by the contractor as unsettled at the time request for final payment is made. 5. CHANGES 12 Comcast shall submit any changes requested to be performed by the City’s contractor to the City. The City shall submit this to the contractor, obtain a price from the contractor to perform the work, and notify Comcast of this price. Comcast shall have 24 hours from receiving the price from the City to respond. If Comcast chooses not to accept the contractor’s price then this work shall only be performed by Comcast according to a mutually agreed upon schedule with the contractor so as not to cause delay to the contractor. 6. INDEMNIFICATION; LIENS AND ENCUMBRANCES. Each party shall defend, indemnify and hold the other party, their officers, officials, employees and agents 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 performance of the party’s work required under this Agreement, except for injuries and damages caused by the negligence or willful misconduct of the other party. The indemnification from Comcast to the City shall include all claims, injuries, damages, losses or suits from third parties arising out of the fact that the specific portion of the trench at issue was being made available to Comcast for more than the three (3) hour time frame provided for in Section 3.D.2. by the contractor, except for injuries and damages caused by the negligence or willful misconduct of the City. 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 parties, their officials, employees and agents, a party’s liability hereunder shall be only to the extent of the party’s negligence. The provisions of this section shall survive the expiration or termination of this Agreement. No party, directly or indirectly, shall create or impose any lien on the property of another, or on the rights or title relating thereto, or any interest therein, or in this Agreement. Each party shall promptly, at its own expense, take such action as may be necessary to duly discharge any lien created by it on the property of another. 7. INSURANCE. The contract between the City and the contractor shall require that the contractor procure and maintain for the duration of the project insurance of the types and in the amounts described below against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work by the contractor, its agents, representative, employees, subconsultants or subcontractors. 13 1. Automobile Liability insurance with limits no less than $1,000,000 combined single limit per accident for bodily injury and property damage; and 2. Commercial General Liability insurance written on an occurrence basis with limits no less than $1,000,000 combined single limit per occurrence and general aggregate for personal injury, bodily injury and property damage. Coverage shall include but not be limited to: blanket contractual; products/completed operations/broad form property damage; explosion, collapse and underground (XCU); and employer’s liability. 3. Excess Liability insurance with limits not less than $1,000,000 per occurrence and aggregate. Any payment of deductible or self insured retention shall be the sole responsibility of the contractor. The parties, their officials, employees, agents and volunteers shall be named as additional insureds on the insurance policy, as respects work performed by or on behalf of the parties and a copy of the endorsement naming the parties as additional insured shall be attached to the Certificate of Insurance, copies of which shall be provided to the parties prior to commencement of construction by the contractor. The contractor’s insurance shall 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. 8. FRANCHISE AGREEMENT The City and Comcast agree that as to future projects, by entering into this Agreement, neither party has waived any rights it may have under the existing franchise agreement between the City and Comcast, and the City and Comcast expressly herein reserve such rights. Notwithstanding anything in this Agreement to the contrary, Comcast’s participation in the joint trench activity contemplated in this Agreement, and its very participation in this Agreement, shall in no event be construed as acceptance, affirmation or ratification of the City’s construction of Comcast’s obligation to underground and enter into a writing pursuant to the franchise agreement, and parties understand and agree that the terms and conditions of this Agreement shall not be considered as a basis for future undergrounding projects that may be franchise- required. 9. MISCELLANEOUS A. Compliance with Laws. The parties shall comply with all federal, state and local laws, rules and regulations throughout every aspect in the performance of this Agreement. B. Nonwaiver of Breach. The failure of a party to insist upon strict performance of any of the terms and rights contained herein, or to exercise any option herein conferred in one or 14 more instances, shall not be constructed to be a waiver or relinquishment of those terms and rights and they shall remain in full force and effect C. Governing Law. This Agreement shall be governed and construed in accordance with the laws of the State of Washington. If any dispute arises between the parties or between any party and the contractor under any of the provisions of this Agreement, resolution of that dispute shall be available only through the jurisdiction, venue and rules of the King County Superior Court, King County, Washington. D. Attorney’s Fees. To the extent not inconsistent with RCW 39.04.240, in any claim or lawsuit for damages arising from the parties’ performance of this Agreement, each party shall be responsible for payment of its own legal costs and attorney’s fees incurred in defending or bringing such claim or lawsuit; however, nothing in this subsection shall limit a party’s right to indemnification under Section 8 of this Agreement. E. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of this Agreement, unless otherwise notified. Any written notice shall become effective upon delivery, but in any event three (3) calendar 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 on this Agreement. 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 each of the affected parties. G. Severability. If any one or more sections, sub-sections, or sentences of this Agreement are held to be unconstitutional or invalid, that decision shall not affect the validity of the remaining portion of this Agreement and the remainder shall remain in full force and effect. H. Relationship. It is understood and agreed that no agency, employment, joint venture, co-employer or partnership is created by this Agreement. No party hereto shall (i) have the power or authority to act for another in any manner to create obligations or debts which would be binding upon another, and; (ii) be responsible for any obligation or expense whatsoever of another. I. Force Majeure. Parties shall not be deemed to be in breach of this Agreement if unable to perform their respective obligations hereunder as a result of the occurrence of an event of “force majeure,” which shall include, but not be limited to, acts of God, acts of the government of the United States or of any state or political subdivision thereof, strikes, civil riots or disturbances, fire, floods, explosions, earthquakes, wind, storms, hurricanes, lightning or other similar catastrophes or other causes beyond the parties’ reasonable control. The scope of events of force majeure shall not extend to payment of money owed hereunder. 15 K. Entire Agreement. The written provisions and terms of this Agreement, together with any attached Exhibits, supersede all prior verbal statements by any representative of the City, and those statements shall not be construed as forming a part of or altering in any manner this agreement. This Agreement and any attached Exhibits contain the entire Agreement between the parties. Should any language in any Exhibit to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. IN WITNESS WHEREOF, the parties below have executed this Agreement. COMCAST OF WASHINGTON IV, INC. CITY OF KENT Print Name: Ken Rhoades Print Name: Title: Area Vice President Title: DATE DATE NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: COMCAST CITY OF KENT Comcast City of Kent 402 Valley Avenue NW, Suite 101 220 Fourth Avenue South Puyallup, WA 98371 Kent, WA 98032 Attn: Jerry Steele Attn: Chad Bieren (253) (Desk) (253) 856-5534 (Desk) (253) (Cell) (253) 856-6500 (Fax) (253) (Fax) With a copy to: APPROVED AS TO FORM: Comcast Cable Communications, LLC 1500 Market Street Philadelphia, PA 19102 Kent Law Department Attention: General Counsel P:\Civil\FILES\OpenFiles\0177-2005\JointTrenchAgreement-Comcast-MilitaryRoad.doc 16 Exhibit A Joint Trench Costs 17 Gost Summary Table Revision 31912018 General Gontractors--BlD COSTS 2l Bth TotalCosts Totals 13,274 $64,607 4,957 ,838 Notes: - Costs are based on shared trench cost between trench participants. Centurylink pays for the percentage of total number of conduits---Ex COMCAST 2 conduits total B lS 25% Centurylink share lN NON SCHEDULE 74 WORK lS BASED ON NUMBER OF UTILITIES lN TRENCH) See pages Sand 6. - City pays 100o/o lor PSE power's trench cost per schedule 74. - City pays 40o/o for PSE vault and conduit work (conversion cost) per schedule 74. C:\Users\wwakefield\AppData\Local\Microsoft\Windows\Temporary lnternet Files\Content.Outlook\RND8M07F\Centurylink2l Bth JUT Revised Mar 9 3129120182:23 PM Cost.xls Trenchinq Vault and Conduit lnstallation Engineering Design, Coordination and lnspection Total Balance Due PSE GAS $o $o $o $0 PSE Power $364,007 $364,007 Century Link $140,416 $37,005 $8,567 $185,988 Comcast $108,851 $27,602 $6,390 ç'142,843 2 18 h 101103886 Exhibit "A" Project Plan Schedule 74 Underground Conversion City of Kent - South 218th Street- 88th Ave. S. to 94th Pl. S. Sch. 74 PSE Project Number: 101103886 March 16, 2018 Pursuant to Puget Sound Energy ("PSE") Rate Schedule 74 and as described in this Project Plan, PSE will convert its existing overhead electrical distribution system of 15,000 volts or less to an equivalent Underground Distribution System. This Project Plan describes the scope of construction work (the "Construction Work") to be performed by PSE and the City of Kent (the "City") for the conversion of certain PSE electrical distribution system facilities as described herein (the "Conversion Project"). Construction of this Conversion Project is contingent upon and shall commence only after both written acceptance of this Project Plan and written execution of a Schedule 74 Construction Agreement by the City and PSE. This Project Plan includes and consists of: • Description of the Construction Work to be performed • Construction Drawings, Standards, Specifications and Requirements for the Construction Work (attached) • Operating Rights to be obtained for the Conversion Project (attached) • Construction Work Schedule • Construction Costs Estimate Summary (attached) Revisions to this Project Plan must be mutually approved bv the City and PSE. Construction Work This Conversion Project will replace PSE's existing overhead electrical distribution system with an Underground Distribution System within the following area (the "Conversion Area"): will be the south side of S. 218th S treet between 88th Avenue S. and 94th Place S. Road crossings will be part of this project. The Conversion Project has no modifications or replacement of existing services lines within the Conversion Area. This project will include the removal of PSE's existing overhead electric distribution facilities (including PSE distribution poles and pole mounted street lights) from the Conversion Area. There are no Company Initiated Upgrades in the Conversion Project Scope of Work. City requested upgrades included in this project consist of: None City of Kent South 2181 Street – 88th to 94th Page I 19 h City Responsibilities Responsibilities of Parties a) At least ten (10) business days prior to the scheduled commencement of Construction Work, hold a pre-construction meeting involving all participants in the Conversion Project to review project design, coordination requirements, work sequencing and related premobilization requirements. b) At least ten (10) business days prior to the scheduled commencement of Construction Work, give PSE written notice to proceed with the Construction Work to allow for delivery of PSE materials to the job site and scheduling of PSE's on-site Inspector. c) Provide written notice to customers within the Conversion Area in advance of Conversion Project Construction Work start. The notice will include contact information for both the City and PSE, the expected Conversion Project schedule, anticipation of service interruptions and work required to be performed by customers. d) Coordinate other utility conversion, removal and relocation from PSE's poles. e) Provide all surveying for equipment placement, locations, and establish all grade elevations for the Underground Distribution System within the Conversion Area. f) Provide all necessary excavation, bedding, backfill, off-site disposal, site restoration and coordination for installation of the Underground Distribution System. This includes trenching, backfill, and restoration for cut-over and transfer of existing underground system and service lines from the existing overhead distribution system to the new Underground Distribution System. g) Provide flagging and traffic control as required for all work performed by the City. h) Install and proof all ducts and vaults for the Underground Distribution System (excluding work in ducts or vaults containing energized cables or equipment - see PSE Responsibilities) in accordance with PSE standards and specifications using ducts and vaults provided by PSE. "Proofing" as used herein is defined as verification using a mandrel that the duct and vault system is free and clear of damage, installed to the proper grade and at the proper location and contains a pulling line. i) Provide at least five (5) business days' notice for scheduled delivery of PSE vaults by PSE's vault supplier. j) Provide secure staging and storage area(s) for duct and vault materials provided by PSE. The City shall be responsible for the security and condition of these materials until they are installed and accepted by PSE or returned to PSE's custody. k) Provide labor and equipment for the off-loading of PSE duct and vault materials delivered to the job site. City of Kent South 218th Street – 88th to 94th . Page 2 20 City of Kent 218th – 88th to 94th Page 3 1) Facilitate weekly (or as otherwise agreed by the City and PSE) construction coordination meetings to include all relevant parties participating in the conversion including PSE and its contractor(s), the City and its contractor(s), and other utilities. m) Provide any necessary operating rights for the installation of PSE's facilities in accordance with PSE's Schedule 74 Section 3 and as mutually agreed by the PSE and the City. Operating rights are further addressed in the Operating Rights section of this Project Plan. n) Modify, reroute or replace service lines to City owned facilities to connect to the Underground Distribution System. o) Following notification from PSE that Construction Work is complete; provide to PSE any Shared Government Costs as provided for in the Construction Agreement. Puget Sound Energy Responsibilities a) Following notice from the City, deliver or cause to be delivered all duct and vault materials to the designated staging/storage area(s). Acknowledge delivered quantities and condition of duct and vault materials by signing shipping manifests. b) Following notice from the City, provide inspection services needed for overseeing the proper installation of ducts and vaults by the City. c) Accept delivery of the completed duct and vault system once the new system has been proofed (as described above) by the City. PSE will provide a mandrel to the City to be used in proofing of the duct and vault system. d) Provide PSE electrical workers to complete duct installation and proofing when such work is performed at or in any energized vault containing energized cables or equipment. e) Install (except for ducts and vaults installed by the City) and energize the Underground Distribution System. Provide written notice to the City when the Underground Distribution System is energized. f) Perform cut-over and transfer of existing Underground Distribution System and existing underground service lines from the overhead distribution system to the new Underground Distribution System where applicable (see City Responsibility item "f' concerning trenching responsibility). PSE will notify the City for excavation and the affected customers at least two (2) business days prior to installation, transfer, and connection of underground service lines. Affected service lines are listed in the Service Lines section of this Project Plan. g) Install and connect replacement underground service lines to single family residences and connect modified and replacement non-residential underground service lines provided by customers within the Conversion Area pursuant to PSE Tariff Schedule 85. Affected service lines are listed in the Service Lines section of this Project Plan. h) Remove the existing overhead electric distribution system including, conductors, equipment, down guys, anchors and poles after all service lines to customers within the Conversion Area are connected to the Underground Distribution System and all other utilities have been removed from PSE's poles. Holes left following removal of poles will be filled with crushed rock and compacted in accordance with applicable City standards or specifications. 21 City of Kent 218th – 88th to 94th Page 4 i) Provide flagging and traffic control as required for all work performed by PSE (except as may otherwise be reasonably provided by the City during installation of ducts and vaults in conjunction with City performed trenching, excavation, back-fill and restoration). j) Attend weekly (or as otherwise agreed by the City and PSE) construction coordination meetings facilitated by the City and its contractor during periods of Conversion Project construction. Operating Rights The Underground Distribution System will be located within Public Thoroughfare and no additional operating rights will be required for the construction of this conversion project. Construction Work Schedule The Construction Work will be performed in accordance with the following Work Schedule, unless this schedule is revised by mutual agreement of the City and PSE or circumstances beyond the reasonable control of the City and/or PSE preclude such performance. Installation of ducts and vaults: Will be 2018 to 2019 construction and is anticipated to be x working days for duct and vault. Installation and energization. of the Underground Distribution System: Will be energized in 2019 and is anticipated to take approximately 25 working days. Removal of overhead facilities: from PO__ (Grid Number _______) to P__ (Grid Number ________) will be removed in 2019 and is anticipated to take approximately two days for removal of PSE's overhead system. Poles will be removed once all utilities have removed facilities off the poles. Installation and removal of Temporary Service: No temp services requested at this time. Work Schedule Restrictions: No work restriction anticipated at this time. Construction Cost Estimate The estimated costs to perform the Construction Work and the allocation of costs between the parties are presented in the attached Construction Costs Estimate Summary. These estimated costs are valid for ninety (90) days from the date shown on the attached Construction Costs Estimate Summary. If this Project Plan and a Schedule 74 Construction Agreement are not fully executed within ninety (90) days from this date, the estimated costs shall be subject to revision. The scope of work provided for in the previously executed Design Agreement has been completed with written acceptance of this Project Plan by the City and PSE. The Construction Cost Estimate summary reflects and provides for Construction Work costs commencing with PSE attendance at the required pre-construction meeting and receipt of the City's written notice to proceed with Construction Work. Work performed and/or costs incurred by PSE in response 22 City of Kent 218th – 88th to 94th Page 5 to City request following acceptance of the Project Plan and prior to the pre-construction meeting are not included in the Construction Cost Estimate Summary, and shall be subject to addition to the Construction Cost Estimate by revision as described below. Estimated Inspection and Service Provider Outside Services costs are based on being constructed in 2018-2019. Any work in 2020 will be subject to change order at the 2020 contract construction rates. Costs/or Construction Work performed by PSE outside of the projected corresponding construction years shall be subject to revision to reflect PSE Service Provider contract rates which become effective in January of 2020. Changes in Construction Work scope, performance and/or schedule can result in actual Construction Costs that differ from estimated costs shown in the Construction Cost Estimate Summary. In the event performance of the Construction Work cannot or does not proceed substantially as provided in this Project Plan, such changes shall promptly be brought to the attention of PSE and the City when anticipated or known and shall be documented in a revision to the Construction Cost Estimate Summary (a "Cost Estimate Revision") mutually agreed and executed by the City and PSE. Project Assum ptions The project design, construction plans and cost estimates are based on and reflect the following assumptions. Construction conditions that are not consistent with these assumptions may result in a request for change or an equitable adjustment to project compensation under Section 6 of the Construction Agreement and addressed by a Cost Estimate Revision. Cost Assumptions 1. The Construction Work will be performed in accordance with the Construction Drawings and Construction Work Schedule. 2. PSE's Project Manager will accept or reject (with written justification) the duct and vault installation work performed by the City within five (5) business days' notice of completion from the City. In the event PSE rejects any of the ducts or vaults (with reasonable written justification), the City will perform the necessary remedial work. The City will then re- notify PSE and PSE shall have five (5) business days to accept or reject the remedial work. 3. All PSE cables can be pulled through the ducts and vaults system, including existing ducts and vaults if applicable, to be used for the Conversion Project utilizing normal cable pulling equipment and methods. 4. A City Street Use permit is the only permit necessary for PSE to perform its work for this Conversion Project and will be issued within two (2) weeks of PSE submitting a complete permit application (including any supporting documentation reasonably required by the City). There will be no charge for the permit or inspection fees. 23 City of Kent 218th – 88th to 94th Page 6 5. The estimated daily productivity rate for PSE duct and vault installation is based on the City's contractor opening a minimum of 60 feet of trench per working day. The daily productivity rate is used to estimate the number of days a PSE Inspector will be required during installation of ducts & vaults. The Inspector will be scheduled in full day increments and in one continuous effort. Changes to a continuous schedule require a minimum of five (5) days advance notice and must be mutually agreed between the City and PSE. 6. Attendance by PSE's Project Manager at scheduled weekly construction coordination meetings is included and reflected in the Construction Cost Estimate during periods when the PSE ducts and vaults are actively being installed and when the PSE line crew is performing installation, energization, cut-over and removal work. Attendance at additional meetings that may be requested/required during other periods will be addressed by a Cost Estimate Revision. 7. Traffic control provided by PSE assumes the use of two flaggers, basic signage and simple channelization. Additional traffic control measures are not included and if requested/required will be addressed by a Cost Estimate Revision. 8. Work to be performed by PSE does not include installation and/or removal of Temporary Service facilities at the request of others during construction. 9. Cut-over and transfer work will be completed during regular working hours as described in Schedule Assumption #3 below. Changes in the performance of this work will be addressed by a Cost Estimate Revision. 10. New guy anchors shall be installed prior to installation of new ducts in the same area. 11. When Fluidized Thermal Backfill (FTB) is used, associated cost will be allocated 100% to PSE when required for a Company Initiated Upgrade and otherwise 100% to the City. 12. Installation of protective bollards may be necessary at some locations and may not be included in the project design. In the event unplanned bollards are required, associated costs will be a Shared Cost and addressed by a Cost Estimate Revision. Schedule 1. There will be a total of two (2) PSE crew mobilizations for each of Phase One and Phase Two as follows: i) one mobilization of an underground line crew for installation of underground conductors and equipment; and ii) one mobilization of an overhead line crew for removal of the existing overhead facilities. Once mobilized, PSE crews will have continuous productive work until all PSE Construction Work is complete. 2. All PSE Construction Work will be performed during regular working hours from 7:00 am to 3:30 pm Monday through Friday excluding holidays. In the event that lane closures are necessary for performance of work, PSE shall be limited to working between the hours of 7:00 am to 3:30 pm Monday through Friday. PSE and the City will mutually agree to weekly work schedules for the Construction Work. PSE shall be allowed to perform PSE work as scheduled without changes or interruptions caused by other construction activities. 3. PSE customers within the Conversion Area will experience interruption of electric service during performance of the Construction Work when cutting over and transferring system and customer loads from the overhead distribution system to the Underground Distribution 24 City of Kent 218th – 88th to 94th Page 7 System. Cut-over and transfer work will be performed during the regular working hours specified in Schedule Assumption #2 above except as otherwise provided below. PSE will notify customers at least two (2) business days in advance of scheduled service interruptions. Additional Considerations Service Lines Service lines within the Conversion Area must be modified or replaced to provide underground service from the Underground Distribution System as listed below. Performance of the work and associated costs shall be governed by PSE Tariff Schedule 85. New Service Connection of new or increased load for City facilities (such as new traffic signals) under terms of PSE Tariff Schedule 85 will be addressed on a separate work order and work sketch. Additional costs may apply and will be quoted separately. PSE Design & Construction Standards This Conversion Project has been designed and will be constructed in accordance with PSE design and construction standards in effect as of the date of this Project Plan. PSE standards applicable to Construction Work to be performed by the City have been provided to the City in PSE' s "Electric Distribution Trench/Duct/Vault Construction Standards, 2013". All relevant PSE standard described above are attached to this Project Plan by this reference. Temporary Support (Holding) of PSE Poles Whenever any pole(s) are required to be temporarily supported (held) due to excavation in proximity to such poles, the City will coordinate with PSE to provide such support. The need to temporarily support such poles shall be determined by PSE, and if required, such support shall be provided by PSE. As used herein, "temporary support" means supporting one or more poles for a continuous working period of ten hours or less. 25 City of Kent 218th – 88th to 94th Page 8 Acce ptance of Pro ject Plan The City and PSE mutually agree to and accept this Project Plan as of the date indicated below: For the City: For PSE: By:____________ Its:____________ Date:__________ 26 SCHEDULE 74 UNDERGROUND CONVERSION Project Construction Agreement Project Name: S. 218th Street – 88th Ave. S. to 94th Place S. Sch. 74 Project Number: 101103886 THIS Agre ement, dated as of this ___ day of _________, 2018, is made by and between The City of Kent, a Municipal cooperation (the “Governrnent Entity"), and PUGET SOUND ENERGY, Inc., a Washington Corporation (the "Company"). RECITALS A. The Company is a public service company engaged in the sale and distribution of electric energy, and pursuant to its franchise or other rights from the Government Entity, currently locates its electric distribution facilities within the jurisdictional boundaries of the Government Entity. B. The Government Entity has determined that it is necessary to replace the existing overhead electric distribution system within the area specified in the Project Plan (as defined below) (the "Conversion Area") with a comparable underground electric distribution system, all as more specifically described in the Project Plan (the "Conversion Project"). C. The Government Entity and the Company have previously entered into a Project Design Agreement dated as of June 26, 2017 (the "Design Agreement"), pursuant to which the parties completed certain engineering design, cost assessment, operating rights planning and other preliminary work relating to the Conversion Project and, in connection with that effort, developed the Project Plan. D. The Government Entity and the Company wish to execute this written contract in accordance with Schedule 74 of the Company's Electric Tariff G ("Schedule 74") to govern the completion of the Conversion Project, which both parties intend shall qualify as an underground conversion under the terms of Schedule 74. AGREEMENT The Government Entity and the Company therefore agree as follows : 1. Definitions. (a) Unless specifically defined otherwise herein, all terms defined in Schedule 74 shall have the same meanings when used in this Agreement, including, without limitation, the following: i) Cost of Conversion; ii) Public Thoroughfare; iii) Temporary Service; iv) Trenching and Restoration; v) Underground Distribution System; and vi) Underground Service Lines. (b) "Company-Initiated Upgrade" shall mean any feature of the Underground Distribution System which is required by the Company and is not reasonably required to make the Underground Distribution System comparable to the overhead distribution system being replaced. For purposes of the foregoing, a "comparable" system shall include, unless the Parties otherwise Construction Agreement, Attachment "B" to Schedule 74, Page 1 City of Kent South 218th Street Sch. 74 101103886 Page 1 27 101103886 agree, the number of empty ducts (not to exceed two (2), typically having a diameter of 6" or less) of such diameter and number as may be specified and agreed upon in the Project Plan necessary to replicate the load-carrying capacity (system amperage class) of the overhead system being replaced. (c) "Estimated Reimbursable Private Conversion Costs" shall mean the Company's good faith estimate of the Reimbursable Private Conversion Costs, as specified in the Project Plan and as changed and adjusted from time to time in accordance with Section 6, below. (d) "Estimated Reimbursable Temporary Service Costs" shall mean the Company's good faith estimate of the Reimbursable Temporary Service Costs, as specified in the Project Plan and as changed and adjusted from time to time in accordance with Section 6, below. (e) "Estimated Reimbursable Upgrade Costs" shall mean the Company's good faith estimate of the Reimbursable Upgrade Costs, as specified in the Project Plan and as changed and adjusted from time to time in accordance with Section 6, below. (f) "Estimated Shared Company Costs" shall mean the Company's good faith estimate of the Shared Company Costs, as specified in the Project Plan and as changed and adjusted from time to time in accordance with Section 6, below. (g) "Estimated Shared Government Costs" shall mean the Government Entity's good faith estimate of the Shared Government Costs, as specified in the Project Plan and as changed and adjusted from time to time in accordance with Section 6, below. (h) "Government-Requested Upgrade" shall mean any feature of the Underground Distribution System which is requested by the Government Entity and is not reasonably required to make the Underground Distribution System comparable to the overhead distribution system being replaced. For purposes of the foregoing, any empty ducts installed at the request of the Government Entity shall be a Government-Requested Upgrade. (i) "Party" shall mean either the Company, the Government Entity, or both. U) "Private Property Conversion" shall mean that portion, if any, of the Conversion Project for which the existing overhead electric distribution system is located, as of the date determined in accordance with Schedule 74, (i) outside of the Public Thoroughfare, or (ii) pursuant to rights not derived from a franchise previously granted by the Government Entity or pursuant to rights not otherwise previously granted by the Government Entity. (k) "Project Plan" shall mean the project plan developed by the Parties under the Design Agreement and attached hereto as Exhibit A, as the same may be changed and amended from time to time in accordance with Section 6, below. The Project Plan includes, among other things, (i) a detailed description of the Work that is required to be performed by each Party and any third party, (ii) the applicable requirements and specifications for the Work, (iii) a description of the Operating Rights that are required to be obtained by each Party for the Conversion Project (and the requirements and specifications with respect thereto), (iv) an itemization and summary of the Estimated Shared Company Costs, Estimated Shared Government Costs, Estimated Reimbursable Private Conversion Costs (if any), Estimated Reimbursable Temporary Service Costs (if any) and Estimated Reimbursable Upgrade Costs (if any), and (v) the Work Schedule. (I) "Operating Rights" shall mean sufficient space and legal rights for the construction, operation, repair, and maintenance of the Underground Distribution System. (m) "Reimbursable Private Conversion Costs" shall mean (i) all Costs of Conversion, if any, incurred by the Company which are attributable to a Private Property Conversion, less (ii) the distribution Construction Agreement, Attachment "B" to Schedule 74, Page 2 City of Kent 28 101103886 South 218 Street – 88th to 94th Sch. 74 Page 2 29 101103886 pole replacement costs (if any) that would be avoided by the Company on account of such Private Property Conversion, as determined consistent with the applicable Company distribution facilities replacement program, plus (iii) just compensation as provided by law for the Company's interests in real property on which such existing overhead distribution system was located prior to conversion; provided that the portion of the Reimbursable Private Conversion Costs attributable to the Costs of Conversion under subparagraph (i) of this paragraph shall not exceed the Estimated Reimbursable Private Conversion Costs without the prior written authorization of the Government Entity. (n) "Reimbursable Temporary Service Costs" shall mean all costs incurred by the Company which are attributable to (i) any facilities installed as part of the Conversion Project to provide Temporary Service, as provided for in Schedule 74, and (ii) the removal of any facilities installed to provide Temporary Service (less salvage value of removed equipment); provided that the Reimbursable Temporary Service Costs shall not exceed the Estimated Reimbursable Temporary Service Costs without the prior written authorization of the Government Entity. (o) "Reimbursable Upgrade Costs" shall mean all Costs of Conversion incurred by the Company which are attributable to any Government-Requested Upgrade; provided that the Reimbursable Upgrade Costs shall not exceed the Estimated Reimbursable Upgrade Costs without the prior written authorization of the Government Entity. (p) "Shared Company Costs" shall mean all Costs of Conversion (other than Reimbursable Upgrade Costs, Reimbursable Private Conversion Costs and Reimbursable Temporary Service Costs) incurred by the Company in connection with the Conversion Project; provided, however, that the Shared Company Costs shall not exceed the Estimated Shared Company Costs without the prior written authorization of the Government Entity. For the avoidance of doubt, the "Shared Company Costs" shall, as and to the extent specified in the Design Agreement, include the actual, reasonable costs to the Company for the "Design Work" performed by the Company under the Design Agreement. (q) "Shared Government Costs" shall mean all Costs of Conversion incurred by the Government Entity in connection with (i) any duct and vault installation Work which the Parties have specified in the Project Plan is to be performed by the Government Entity as part of the Government Work, and (ii) the acquisition of any Operating Rights which the Parties have, by mutual agreement, specified in the Project Plan are to be obtained by the Government Entity for the Conversion Project, but only to the extent attributable to that portion of such Operating Rights which is necessary to accommodate the facilities of the Company; provided, however, that the Shared Government Costs shall not exceed the Estimated Shared Government Costs without the prior written authorization of the Company. (r) "Total Shared Costs" shall mean the sum of the Shared Company Costs and the Shared Government Costs. For the avoidance of doubt, the Total Shared Costs shall not include, without limitation, (i) costs to the Government Entity for Trenching and Restoration, or (ii) costs associated with any joint use of trenches by other utilities as permitted under Section 3(b). (s) "Work" shall mean all work to be performed in connection with the Conversion Project, as more specifically described in the Project Plan, including, without limitation, the Company Work (as defined in Section 2(a), below) and the Government Work (as defined in Section 3(a), below). (t) "Work Schedule" shall mean the schedule specified in the Project Plan which sets forth the milestones for completing the Work, as the same may be changed and amended from time to time in accordance with Section 6, below. 2. Ob ligations of the Company. Construction Agreement, Attachment "B" to Schedule 74, Page 3 City of Kent South 218th Street – 88th to 94th Sch. 74 Page 3 30 101103886 (a) Subject to the terms and conditions of this Agreement, the Company shall do the following as specified in, and in accordance with the design and construction specifications and other requirements set forth in, the Project Plan (the "Company Work"): i) furnish and install an Underground Distribution System within the Conversion Area (excluding any duct and vault installation or other Work which the Parties have specified in the Project Plan is to be performed by the Government Entity); ii) provide a Company inspector on-site at the times specified in the Work Schedule to inspect the performance of any duct and vault installation Work which the Parties have specified in the Project Plan is to be performed by the Government Entity; and iii) upon connection of those persons or entities to be served by the Underground Distribution System and removal of facilities of any other utilities that are connected to the poles of the overhead system, remove the existing overhead system (including associated wires and Company-owned poles) of 15,000 volts or less within the Conversion Area except for Temporary Services. (b) Upon request of the Government Entity, the Company shall provide periodic reports of the progress of the Company Work identifying (i) the Company Work completed to date, (ii) the Company Work yet to be completed, and (iii) an estimate regarding whether the Conversion Project is on target with respect to the Estimated Shared Company Costs, the Estimated Reimbursable Private Conversion Costs (if any), the Estimated Reimbursable Temporary Service Costs (if any), the Estimated Reimbursable Upgrade Costs (if any) and the Work Schedule. (c) Except as otherwise provided in the Company's Electric Tariff G, the Company shall own, operate and maintain all electrical facilities installed pursuant to this Agreement including, but not limited to, the Underground Distribution System and Underground Service Lines. (d) Subject to the terms and conditions of this Agreement, the Company shall perform all Company Work in accordance with the Project Plan, the Work Schedule and this Agreement. 3. Obligations of the Government Entity . (a) Subject to the terms and conditions of this Agreement, the Government Entity shall do the following as specified in, and in accordance with the design and construction specifications and other requirements set forth in, the Project Plan (the "Government Work"): i) provide the Trenching and Restoration; ii) perform the surveying for alignment and grades for ducts and vaults; and iii) perform any duct and vault installation and other Work which the Parties have specified in the Project Plan is to be performed by the Government Entity. (b) Other utilities may be permitted by the Government Entity to use the trenches provided by the Government Entity for the installation of their facilities so long as such facilities or the installation thereof do not interfere (as determined pursuant to the Company's electrical standards) with the Underground Distribution System or the installation or maintenance thereof. Any such use of the trenches by other utilities shall be done subject to and in accordance with the joint trench design specifications and installation drawings set forth or otherwise identified in the Project Plan, and the Government Entity shall be responsible for the coordination of the design and installation of the facilities of the other utilities to ensure compliance with such specifications and drawings. (c) Upon request of the Company, the Government Entity shall provide periodic reports of the progress of the Government Work identifying (i) the Government Work completed to date, (ii) the Government Work yet to be completed, and (iii) an estimate regarding whether the Conversion Project is on target with respect to the Estimated Shared Government Costs and the Work Schedule. Construction Agreement, Attac hment "B" to Schedule 74, Page 4 City of Kent South 218th Street – 88th to 94th Sch. 74 Page 4 31 Construct ion Agreement, Attachment "B" to Schedule 74, Page 5 City of Kent South 218th Street – 88th to 94th Sch. 74 101103886 Page 5 (d) The Government Entity shall be responsible for coordinating all work to be performed in connection with the street improvement program within the Conversion Area. (e) Subject to the terms and conditions of this Agreement, the Government Entity shall perform all Government Work in accordance with the Project Plan, the Work Schedule and this Agreement. 4. Work Schedule. (a) The Government Entity and the Company have agreed upon the Work Schedule as set forth in the Project Plan. Changes to the Work Schedule shall be made only in accordance with Section 6, below. (b) Promptly following the execution of this Agreement, and upon completion by the Government Entity of any necessary preliminary work, the Government Entity shall hold a pre-construction meeting involving all participants in the Conversion Project to review project design, coordination requirements, work sequencing and related pre-mobilization requirements. Following the pre- construction meeting, the Government Entity shall give the Company written notice to proceed with the Work at least ten (10) business days prior to the commencement date specified in the Work Schedule. (c) Subject to the terms and conditions of this Agreement, each Party shall perform the Work assigned to it under this Agreement in accordance with the Work Schedule. So long as the Company performs the Company Work in accordance with the Work Schedule, the Company shall not be liable to the Government Entity (or its agents, servants, employees, contractors, subcontractors, or representatives) for any claims, actions, damages, or liability asserted or arising out of delays in the Work Schedule. 5. Location of Facilities. All facilities of the Company installed within the Conversion Area pursuant to this Agreement shall be located, and all related Operating Rights shall be obtained, in the manner set forth in the applicable provisions of Schedule 74, as specified by the Parties in the Project Plan. 6. Changes. (a) Either Party may, at any time, by written notice thereof to the other Party, request changes in the Work within the general scope of this Agreement (a "Request for Change"), including, but not limited to: (i) changes in, substitutions for, additions to or deletions of any Work; (ii) changes in the specifications, drawings and other requirements in the Project Plan, (iii) changes in the Work Schedule, and (iv) changes in the location, alignment, dimensions or design of items included in the Work. No Request for Change shall be effective and binding upon the Parties unless signed by an authorized representative of each Party. (b) If any change included in an approved Request for Change would cause a change in the cost of, or the time required for, the performance of any part of the Work, an equitable adjustment shall be made in the Estimated Shared Company Costs, the Estimated Shared Government Costs, the Estimated Reimbursable Private Conversion Costs (if any), the Estimated Reimbursable Temporary Service Costs (if any), the Estimated Reimbursable Upgrade Costs (if any) and/or the Work Schedule to reflect such change. The Parties shall negotiate in good faith with the objective of agreeing in writing on a mutually acceptable equitable adjustment. If the Parties are unable to agree upon the terms of the equitable adjustment, either Party may submit the matter for resolution pursuant to the dispute resolution provisions in Section 10, below. (c) The Work Schedule, the Estimated Shared Company Costs, the Estimated Shared Government Costs, the Estimated Reimbursable Private Conversion Costs, the Estimated Reimbursable 32 Construction Agreement, Attachment "B" to Schedule 74, Page 6 City of Kent South 218th Street – 88th to 94th Sch. 74 101103886 Page 6 Temporary Service Costs and/or the Estimated Reimbursable Upgrade Costs shall be further equitably adjusted from time to time to reflect any change in the costs or time required to perform the Work to the extent such change is caused by: (i) any Force Majeure Event under Section 11, below, (ii) the discovery of any condition within the Conversion Area which affects the scope, cost, schedule or other aspect of the Work and was not known by or disclosed to the affected Party prior to the date of this Agreement, or (iii) any change or inaccuracy in any assumptions regarding the scope, cost, schedule or other aspect of the Work which are expressly identified by the Parties in the Project Plan. Upon the request of either Party, the Parties will negotiate in good faith with the objective of agreeing in writing on a mutually acceptable equitable adjustment. If, at any time thereafter, the Parties are unable to agree upon the terms of the equitable adjustment, either Party may submit the matter for resolution pursuant to the dispute resolution provisions in Section 10, below. (d) Notwithstanding any dispute or delay in reaching agreement or arriving at a mutually acceptable equitable adjustment, each Party shall, if requested by the other Party, proceed with the Work in accordance with any approved Request for Change. Any request to proceed hereunder must be accompanied by a written statement setting forth the requesting Party's reasons for rejecting the proposed equitable adjustment of the other Party. 7. Compensation and Payment. (a) Subject to and in accordance with the terms and conditions of this Agreement (including, without limitation, the payment procedures set forth in this Section 7), payment in connection with the Conversion Project and this Agreement shall be as follows: i) The Total Shared Costs shall be allocated to the Parties in the following percentages: (A) sixty percent (60%) to the Company, and (B) forty percent (40%) to the Government Entity. ii) The Government Entity shall pay one hundred percent (100%) of all Reimbursable Private Conversion Costs, if any. iii) The Government Entity shall pay one hundred percent (100%) of all Reimbursable Upgrade Costs, if any. iv) The Government Entity shall pay one hundred percent (100%) of all Reimbursable Temporary Service Costs, if any. v) The Government Entity shall pay one hundred percent (100%) of the costs it incurs to perform that portion of the Government Work specified in Section 3(a)(i) and (ii) (i.e., Trenching and Restoration and surveying). vi) The Company shall pay one hundred percent (100%) of the costs it incurs to design, provide and construct any Company-Initiated Upgrade. vii) The Company shall pay one hundred percent (100%) of the costs it incurs to obtain Operating Rights outside the Public Thoroughfare. (b) Based on the allocation of responsibilities set forth in Section 7(a), above, the Parties shall determine the net amount payable by the Government Entity or the Company, as applicable, to the other Party under this Agreement (the "Net Amount"). The Net Amount shall be determined by using the amount of the Total Shared Costs allocated to the Government Entity under Section 7(a)(i), and adjusting such amount as follows: i) Subtracting (as a credit to the Government Entity) the amount of the Shared Government Costs. ii) Adding (as a credit to the Company) the amount of all Reimbursable Private Conversion Costs, Reimbursable Upgrade Costs and Reimbursable Temporary Service Costs. iii) Subtracting (as a credit to the Government Entity) any payments previously made to the Company by the Government Entity under the Design Agreement which, under 33 Construct ion Agreement, Attac hment "B" to Schedule 74, Page 7 City of Kent South 218th Street – 88th to 94th Sch. 74 101103886 Page 7 the terms of the Design Agreement, are to be credited to the Government Entity under this Agreement. The Net Amount, as so calculated, (A) will be an amount payable to the Company if it is a positive number, and (B) shall be an amount payable to the Government Entity if it is a negative number. (c) Within sixty (60) business days of completion of the Conversion Project, the Government Entity shall provide the Company with an itemization of the Shared Government Costs (the "Government Itemization"), together with such documentation and information as the Company may reasonably request to verify the Government Itemization. The Government Itemization shall, at a minimum, break down the Shared Government Costs by the following categories, as applicable: (i) property and related costs incurred and/or paid by the Government Entity, including any costs of obtaining Operating Rights, and (ii) construction costs incurred and/or paid by the Government Entity, including and listing separately inspection, labor, materials and equipment, overhead and all costs charged by any agent, contractor or subcontractor of the Government Entity. (d) Within thirty (30) business days after the Company's receipt of the Government Itemization and requested documentation and information, the Company shall provide the Government Entity a written statement (the "Company Statement") showing (i) an itemization of the Shared Company Costs, (ii) the Parties' relative share of the Total Shared Costs based on the Company's itemization of the Shared Company Costs and the Government Entity's itemization of the Shared Government Costs set forth in the Government Itemization, (iii) any Reimbursable Private Conversion Costs, (iv) any Reimbursable Upgrade Costs, (v) any Reimbursable Temporary Service Costs, (vi) any credits to the Government Entity for payments previously made to the Company by the Government Entity under the Design Agreement which, under the terms of the Design Agreement, are to be credited to the Government Entity under this Agreement, and (vii) the Net Amount, as determined in accordance with Section 7(b), above, together with such documentation and information as the Government Entity may reasonably request to verify the Company Statement. The itemization of the Shared Company Costs included in the Company Statement shall, at a minimum, break down the Shared Company Costs by the following categories, as applicable: (i) design and engineering costs, and (ii) construction costs, including and listing separately inspection, labor, materials and equipment, overhead and all costs charged by any agent, contractor or subcontractor of the Company. (e) Within thirty (30) business days after the Government Entity's receipt of the Company Statement and requested documentation and information, the Net Amount shall be paid by the owing Party to the other Party, as specified in the Company Statement. 8. Indemnification. (a) The Government Entity releases and shall defend, indemnify and hold the Company harmless from all claims, losses, harm, liabilities, damages, costs and expenses (including, but not limited to, reasonable attorneys' fees) caused by or arising out of any negligent act or omission or willful misconduct of the Government Entity in its performance under this Agreement. During the performance of such activities the Government Entity's employees or contractors shall at all times remain employees or contractors, respectively, of the Government Entity. (b) The Company releases and shall defend, indemnify and hold the Government Entity harmless from all claims, losses, harm, liabilities, damages, costs and expenses (including, but not limited to, reasonable attorneys' fees) caused by or arising out of any negligent act or omission or willful misconduct of the Company in its performance under this Agreement. During the performance of such activities the Company's employees or contractors shall at all times remain employees or contractors, respectively, of the Company. 34 Construct ion Agre ement , Attachment "B" to Schedule 74, Page 8 City of Kent South 218th Street – 88th to 94th Sch. 74 101103886 Page 8 (c) Solely for purposes of enforcing the indemnification obligations of a Party under this Section 8, each Party expressly waives its immunity under Title 51 of the Revised Code of Washington, the Industrial Insurance Act, and agrees that the obligation to indemnify, defend and hold harmless provided for in this Section 8 extends to any such claim brought against the indemnified Party by or on behalf of any employee of the indemnifying Party. The foregoing waiver shall not in any way preclude the indemnifying Party from raising such immunity as a defense against any claim brought against the indemnifying Party by any of its employees. 9. Conversion of Service to Customers within Conversion Area. (a) Upon commencement of the Work, the Government Entity shall notify all persons and entities within the Conversion Area that service lines to such customers must be converted from overhead to underground service within the applicable statutory period following written notice from the Government Entity that service from underground facilities are available in accordance with RCW 35.96.050. Upon the request of any customer, other than a single family residential customer, within the Conversion Area, the Company shall remove the overhead system and connect such persons' and entities' Underground Service Lines to the Underground Distribution System. (b) The Parties acknowledge that single family residences within the Conversion Area must (i) provide a service trench and conduit, in accordance with the Company's specifications, from the underground meter base to the point of service provided during the conversion, and (ii) pay for the secondary service conductors as defined in Schedule 85 of the Company's Electric Tariff G. The Government Entity shall exercise its authority to order disconnection and removal of overhead facilities with respect to owners failing to convert service lines from overhead to underground within the timelines provided in RCW 35.96.050. 10. Dispute Resolution. (a) Any dispute, disagreement or claim arising out of or concerning this Agreement must first be presented to and considered by the Parties. A Party who wishes dispute resolution shall notify the other Party in writing as to the nature of the dispute. Each Party shall appoint a representative who shall be responsible for representing the Party's interests. The representatives shall exercise good faith efforts to resolve the dispute. Any dispute that is not resolved within ten (10) business days of the date the disagreement was first raised by written notice shall be referred by the Parties' representatives in writing to the senior management of the Parties for resolution. In the event the senior management are unable to resolve the dispute within twenty (20) business days (or such other period as the Parties may agree upon), each Party may pursue resolution of the dispute through other legal means consistent with the terms of this Agreement. All negotiations pursuant to these procedures for the resolution of disputes shall be confidential and shall be treated as compromise and settlement negotiations for purposes of the state and federal rules of evidence. (b) Any claim or dispute arising hereunder which relates to any Request for Change or any equitable adjustment under Section 6, above, or the compensation payable by or to either Party under Section 7, above, and which is not resolved by senior management within the time permitted under Section 1O(a), above, shall be resolved by arbitration in Seattle, Washington, under the Construction Industry Arbitration Rules of the American Arbitration Association then in effect. The decision(s) of the arbitrator(s) shall be final, conclusive and binding upon the Parties. All other disputes shall be resolved by litigation in any court or governmental agency, as applicable, having jurisdiction over the Parties and the dispute. (c) In connection with any arbitration under this Section 10, costs of the arbitrator(s), hearing rooms and other common costs shall be divided equally among the Parties. Each Party shall bear the cost and expense of preparing and presenting its own case (including, but not limited to, its own attorneys' fees); provided, that, in any arbitration, the arbitrator(s) may require, as part of his or 35 Construction Agreement, Attachment "B" to Schedule 74, Page 9 City of Kent South 218th Street - 88th to 94th Sch. 74 101103886 Page 9 her decision, reimbursement of all or a portion of the prevailing Party's costs and expenses (including, but not limited to, reasonable attorneys' fees) by the other Party. (d) Unless otherwise agreed by the Parties in writing, the Parties shall continue to perform their respective obligations under this Agreement during the pendency of any dispute. 11. Uncontrollable Forces. In the event that either Party is prevented or delayed in the performance of any of its obligations under this Agreement by reason beyond its reasonable control (a "Force Majeure Event"), then that Party's performance shall be excused during the Force Majeure Event. Force Majeure Events shall include, without limitation, war; civil disturbance; flood, earthquake or other Act of God; storm, earthquake or other condition which necessitates the mobilization of the personnel of a Party or its contractors to restore utility service to customers; laws, regulations, rules or orders of any governmental agency; sabotage; strikes or similar labor disputes involving personnel of a Party, its contractors or a third party; or any failure or delay in the performance by the other Party, or a third party who is not an employee, agent or contractor of the Party claiming a Force Majeure Event, in connection with the Work or this Agreement. Upon removal or termination of the Force Majeure Event, the Party claiming a Force Majeure Event shall promptly perform the affected obligations in an orderly and expedited manner under this Agreement or procure a substitute for such obligation. The Parties shall use all commercially reasonable efforts to eliminate or minimize any delay caused by a Force Majeure Event. 12. Insurance. (a) PSE shall, and shall require each of its contractors to, secure and maintain in force throughout the duration of the Conversion Project (or, if sooner, until termination of this Agreement) comprehensive general liability insurances, with a minimum coverage of $1,000,000 per occurrence and $1,000,000 aggregate for personal injury; and $1,000,000 per occurrence/ aggregate for property damages, and professional liability insurance in the amount of $1,000,000 (b) The Government Entity shall ensure that each of its contractors performing any Government Work secures and maintains in force throughout the duration of the Conversion Project (or, if sooner, until termination of this Agreement) insurance policies having the same coverage, amounts and limits as specified Section 12(a), above. (c) In lieu of the insurance requirements set forth in Section 12(a), above, the Company may self- insure against such risks in such amounts as are consistent with good utility practice. Upon the Government Entity's request, the Company shall provide the Government Entity with reasonable written evidence that the Company is maintaining such self-insurance. 13. Other. (a) Agreement Subiect To Tariff. This Agreement is subject to the General Rules and Provisions set forth in Tariff Schedule 80 of the Company's electrical Tariff G and to Schedule 74 of such Tariff as approved by the Washington Utilities and Transportation Commission and in effect as of the date of this Agreement. (b) Termination . The Government Entity reserves the right to terminate the Conversion Project and this Agreement upon written notice to the Company. In the event that the Government Entity terminates the Conversion Project and this Agreement, the Government Entity shall reimburse the Company for all costs reasonably incurred by the Company in connection with the Work performed prior to the effective date of termination. In such event, the costs reimbursable to the Company (i) shall not be reduced by any Shared Government Costs or other costs incurred by the Government Entity, and (ii) shall be paid within thirty (30) days after the receipt of the Company's 36 Construction Agreement, Attachment "B" to Schedule 74, Page 10 City of Kent South 218th Street – 88th to 94th Sch. 74 101103866 Page 10 invoice therefor. Sections 1, 5, 7, 8, 9, 10, 11 and 13 shall survive any termination of the Conversion Project and/or this Agreement. (c) Facilities Greater Than 15.000 Volt s . Nothing in this Agreement shall in any way affect the rights or obligations of the Company under any previous agreements pertaining to the existing or future facilities of greater than 15,000 Volts within the Conversion Area. (d) Compliance With Law. The Parties shall, in performing the Work under this Agreement, comply with all applicable federal, state, and local laws, ordinances, and regulations. (e) No Discrimination. The Company, with regard to the Work performed by the Company under this Agreement, shall comply with all applicable laws relating to discrimination on the basis race, color, national origin, religion, creed, age, sex, or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. (f) Independent Contractor . The Company and the Government Entity agree that the Company is an independent contractor with respect to the Work and this Agreement. The Company is acting to preserve and protect its facilities and is not acting for the Government Entity in performing the Work. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the Parties. Neither the Company nor any employee of the Company shall be entitled to any benefits accorded employees of the Government Entity by virtue of the Work or this Agreement. The Government Entity shall not be responsible for withholding or otherwise deducting federal income tax or social security or contributing to the State Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to the Company, or any employee of the Company. (g) Nonwaiver of Rights or Remedies. No failure or delay of either Party to insist upon or enforce strict performance by the other Party of any provision of this Agreement or to exercise any other right under this Agreement, and no course of dealing or performance with respect thereto, shall, except to the extent provided in this Agreement, be construed as a waiver or, or choice of, or relinquishment of any right under any provision of this Agreement or any right at law or equity not otherwise provided for herein. The express waiver by either Party of any right or remedy under this Agreement or at law or equity in a particular instance or circumstance shall not constitute a waiver thereof in any other instance or circumstance. (h) No Third Party Beneficiaries . There are no third-party beneficiaries of this Agreement. Nothing contained in this Agreement is intended to confer any right or interest on anyone other than the Parties, their respective successors, assigns and legal representatives. (i) Governmental Authority. This Agreement is subject to the rules, regulations, orders and other requirements, now or hereafter in effect, of all governmental regulatory authorities and courts having jurisdiction over this Agreement, the Parties or either of them. All laws, ordinances, rules, regulations, orders and other requirements, now or hereafter in effect, of governmental regulatory authorities and courts that are required to be incorporated into agreements of this character are by this reference incorporated in this Agreement. U) No Partnership. This Agreement shall not be interpreted or construed to create an association, joint venture or partnership between the Parties or to impose any partnership obligations or liability upon either Party. Further, neither Party shall have any right, power or authority to enter into any agreement or undertaking for or on behalf of, to act as or be an agent or representative of, or to otherwise bind the other Party. (k) Severability. In the event that any provision of this Agreement or the application of any such provision shall be held invalid as to either Party or any circumstance by any court having jurisdiction, such provision shall remain in force and effect to the maximum extent provided by 37 Construct ion Agreement, Attac hment "B" to Schedule 74, Page 11 City of Kent South 218th Street – 88th to 94th Sch. 74 101103886 Page 11 h law, and all other provisions of this Agreement and their application shall not be affected thereby but shall remain in force and effect unless a court or arbitrator holds they are not severable from the invalid provisions. (I) Notice. Any notice under this Agreement shall be in writing and shall be faxed (with a copy followed by mail or hand delivery), delivered in person, or mailed, properly addressed and stamped with the required postage, to the intended recipient as follows: If to the Government Entity: City of Kent 220 Fourth Avenue South Kent, Washington 98032 Attn: Stephen Lincoln Fax: 253-856-6500 If to the Company: Puget Sound Energy, Inc. 6905 South 2281 Street Kent Washington 98032 Attn: Dennis Booth Phone Number: 425-417-9188 Any Party may change its address specified in this Section 13(1) by giving the other Party notice of such change in accordance with this Section 13(1). (m) Applicable Law. This Agreement shall in all respects be interpreted, construed and enforced in accordance with the laws of the State of Washington (without reference to rules governing conflict of laws), except to the extent such laws may be preempted by the laws of the United States of America. (n) Entire Agreement. This Agreement constitutes the entire agreement of the Parties with respect to the subject matter hereof and all other agreements and understandings of the Parties, whether written or oral, with respect to the subject matter of this Agreement are hereby superseded in their entireties; provided, however, that except as expressly set forth in this Agreement, nothing herein is intended to or shall alter, amend or supersede the Design Agreement and the same shall remain in full force and effect in accordance with its terms. (o) Successors and Assigns . This Agreement shall be binding upon and inure to the benefit of the respective successors, assigns, purchasers, and transferees of the Parties, including but not limited to, any entity to which the rights or obligations of a Party are assigned, delegated, or transferred in any corporate reorganization, change of organization, or purchase or transfer of assets by or to another corporation, partnership, association, or other business organization or division thereof. 38 Gost Summary Table Revision 31912018 General Gontractors--BlD COSTS 2l Bth TotalCosts Totals 13,274 $64,607 4,957 ,838 Notes: - Costs are based on shared trench cost between trench participants. Centurylink pays for the percentage of total number of conduits---Ex COMCAST 2 conduits total B lS 25% Centurylink share lN NON SCHEDULE 74 WORK lS BASED ON NUMBER OF UTILITIES lN TRENCH) See pages Sand 6. - City pays 100o/o lor PSE power's trench cost per schedule 74. - City pays 40o/o for PSE vault and conduit work (conversion cost) per schedule 74. C:\Users\wwakefield\AppData\Local\Microsoft\Windows\Temporary lnternet Files\Content.Outlook\RND8M07F\Centurylink2l Bth JUT Revised Mar 9 3129120182:23 PM Cost.xls Trenchinq Vault and Conduit lnstallation Engineering Design, Coordination and lnspection Total Balance Due PSE GAS $o $o $o $0 PSE Power $364,007 $364,007 Century Link $140,416 $37,005 $8,567 $185,988 Comcast $108,851 $27,602 $6,390 ç'142,843 2 39 JOINT TRENCH AGREEMENT Between the City of Kent and CenturyLink for the L.I.D. 363 - S. 218th Street Project (88th Avenue S. to 94th Place S.) This Agreement is between the City of Kent, a Washington municipal corporation (“City”), and CenturyTel Services Group, LLC, a Louisiana Limited Liability Company (“CenturyLink”). RECITALS A. The City is making right-of-way improvements to S. 218th Street. B. These right-of-way improvements require CenturyLink to relocate its authorized underground facilities that are currently in conflict with this project, pursuant to RCW 35.99.060. C. Relocation of these facilities requires trenching within the right-of-way and the parties recognize the efficiencies of entering into an agreement to dig one trench in which all parties will relocate their facilities. AGREEMENT To facilitate construction of a joint trench, the parties agree as follows: 1. SCOPE OF WORK The City of Kent will advertise for construction bids and enter into a contract with a Contractor for the construction of a joint utility trench (“Trench”) which may include Comcast, CenturyLink and PSE power facilities. This Trench will be located along the south side of S. 218th Street, between 88th Avenue S. and 94th Place S. as referenced in the plan sheet attached as exhibit A and incorporated by this reference. It is anticipated that there will be three (3) crossings of the Trench across S. 218th Street to serve customers on the north side of the street. All utilities that cross S. 218th Street shall use these trenches. 2. CONTRACTOR REQUIREMENTS The independent contractor hired by the City to perform this work is referred to as “the Contractor” in this Agreement. The Contractor, pursuant to a contract with the City, will be responsible for constructing the Trench and installing Comcast, CenturyLink and PSE power facilities; accommodating and coordinating the installation of CenturyLink facilities; installing the bedding material, backfilling and compacting the Trench; and performing any restoration required by the City. The City represents that any such contract shall further require that the Contractor’s work be performed in a good and workmanlike manner consistent with industry 40 standards and conducted in conformity with (i) the applicable procedures and requirements of the parties as described herein; (ii) all applicable laws, ordinances and regulations of any governmental authority, and; (iii) all applicable terms and provisions of the National Electric Safety Code, as may be amended, supplemented or replaced from time to time, including but not limited to those pertaining to protection and separation of conductors buried in earth. 3. RESPONSIBILITY OF THE PARTIES 3.1 Drawings. CenturyLink shall provide engineering drawings, specifications, construction standards, estimated material quantities, and cost estimates to the City for the underground relocation of CenturyLink’s facilities. The drawings shall show in detail the location and elevation of the conduits, trench, and vaults. 3.2 Provision of Conduit and Vaults. CenturyLink shall provide conduit for installation by the Contractor in the Trench and shall furnish and deliver all vaults to the site for installation by the Contractor. CenturyLink shall schedule all deliveries in a timely manner as outlined in subsection 3.4, so as not to delay the Contractor. 3.3 Traffic Control. The Contractor shall perform all traffic control associated with installation of facilities within the Trench. CenturyLink shall be responsible for providing traffic control during installation of facilities not located within the Trench. 3.4 CenturyLink Coordination. The Contractor will install CenturyLink’s conduit in the Trench and in the street crossings. The Contractor will excavate for and place CenturyLink vaults in the Trench including bedding and backfill.. CenturyLink shall maintain continued coordination with the Contractor regarding the installation of CenturyLink’s facilities and shall coordinate closely with the Contractor to provide all necessary materials on-site in a timely manner. 3.5 Removal of Affected Facilities. Parties acknowledge and agree that CenturyLink shall in no event be required to remove its respective, affected facilities, prior to completion of its underground facilities, in accordance with this Agreement, as long as the installation is completed in conformity with this Agreement. .3.6 Surveys. The City shall provide the survey for the location of the Trench and vaults. 3.7 Title to Facilities. All rights, title and interest in the facilities and associated equipment shall at all times remain with CenturyLink. 3.8 Election Not to Proceed. If CenturyLink elects not to participate in the joint utility trench, CenturyLink shall obtain a permit from the City and remain liable for completing all work in accordance with the letter sent to CenturyLink dated September 27, 2017 and attached to this agreement. 41 4. COMPENSATION 4.1 Trench costs. CenturyLink shall pay the City a portion of the Trench costs, commensurate with its proportionate share of Trench usage, including street crossings, as shown in Exhibit B attached hereto and incorporated by this reference. Preliminary costs will be agreed upon prior to construction based on an estimate from the bid accepted by the City. Costs will be finalized after completion of construction to account for actual construction costs. 4.2 Survey. CenturyLink shall pay the reasonable costs for the City surveyor’s time to provide vault locations and elevations and any other survey that may be required to locate and place CenturyLink facilities. 4.3 Traffic Control. CenturyLink shall pay a proportionate share of traffic control costs related to the construction of the Trench where CenturyLink facilities are included. The proportionate share will be based on trench usage as shown in Exhibit B. CenturyLink shall pay for all traffic control during the installation of CenturyLink facilities, not associated with the Trench. 4.4 Additional Expenses. CenturyLink agrees to pay its proportionate share of additional expenses incurred due to all CenturyLink’s approved change requests requiring additional trench depth or width and for unforeseen conditions, including but not limited to dewatering for ground water. CenturyLink is not obligated to pay for additional expenses incurred due solely to approved change requests from other private utilities and/or the City. 4.5 Claims by Contractor. CenturyLink agrees to pay the entire cost of any claims made by the contractor for damages that are proximately caused by CenturyLink. These claims may include delays caused by the installation of CenturyLink facilities, delays caused by CenturyLink providing materials, or any other conflicts between the Contractor and CenturyLink or any of its contractors. 4.6 Vaults. CenturyLink agrees to pay for the excavation, site preparation, and installation of its vaults, including bedding and backfill, separately and in addition to any survey costs and Trench costs discussed above. These additional costs shall be preliminarily determined from the bid price accepted by the City. The cost to excavate for and install CenturyLink’s vaults will be finalized after completion of construction to account for actual construction costs. 42 4.7 Invoice. CenturyLink shall pay the City within sixty (60) days of submittal by the City of an itemized billing for CenturyLink’s proportionate share of all actual, identified expenses incurred by the City or the Contractor in constructing the Trench. 4.8 Defective or Unauthorized Work. Per the terms of the agreement between the City and Contractor, CenturyLink reserves the right to withhold payment from the City for any defective or unauthorized work performed by the Contractor. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement, and extra work and materials furnished without CenturyLink’s approval. If for any reason it is necessary to satisfactorily complete any portion of the work, CenturyLink may complete the work using its own means. 4.9 Final Payment/Waiver of Claims. The making of final payment by the parties shall constitute a waiver of claims by the Contractor, except those previously and properly made and identified by the Contractor as unsettled at the time request for final payment is made. 5. CHANGES. CenturyLink shall submit any changes requested to be performed by the Contractor to the City. The City shall submit this to the Contractor, obtain a price from the Contractor to perform the work, and notify CenturyLink of this price. CenturyLink shall then have 24 hours from the time it receives the price from the City to respond. If CenturyLink chooses not to accept the Contractor’s price, then this work shall only be performed by CenturyLink according to a mutually agreed upon schedule with the Contractor so as not to cause delay to the Contractor. 6. INDEMNIFICATION; LIENS AND ENCUMBRANCES. Each party shall defend, indemnify and hold the other party, its officers, officials, employees and agents 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 performance of the party’s work required under this Agreement, except for injuries and damages caused by the negligence or willful misconduct of the other party. The indemnification from CenturyLink to the City shall include all claims, injuries, damages, losses or suits from third parties arising out of the fact that the specific portion of the trench at issue was being made available to CenturyLink by the contractor, except for injuries and damages caused by the negligence or willful misconduct of the City. 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 parties, its 43 officials, employees and agents, a party’s liability hereunder shall be only to the extent of the party’s negligence. The provisions of this section shall survive the expiration or termination of this Agreement. No party, directly or indirectly, shall create or impose any lien on the property of another, or on the rights or title relating thereto, or any interest therein, or in this Agreement. Each party shall promptly, at its own expense, take such action as may be necessary to duly discharge any lien created by it on the property of another. 7. INSURANCE. 7.1 The Contractor shall maintain in full force and effect at its own cost insurance of the types and in the amounts described below against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work by the contractor, its agents, representative, employees, sub consultants or subcontractors: (a) Commercial General Liability insurance with limits of no less than five million dollars ($5,000,000.00) per occurrence and five million dollars ($5,000,000.00) general aggregate. Coverage shall be at least as broad as that provided by ISO CG 00 01 1/96 or its equivalent and include severability of interests. Coverage shall include, but not be limited to: blanket contractual, Products/Completed operations/broad form property damage; explosion, collapse and underground (XCU); and employers liability. Such insurance shall name the City, its officers, officials and employees as additional insureds per ISO CG 2026 or its equivalent. There shall be a waiver of subrogation and rights of recovery against the City, its officers, officials and employees. Coverage shall apply as to claims between insureds on the policy, if applicable. Coverage may take the form of a primary layer and a secondary or umbrella layer, but the combination of layers must equal $5,000,000 at a minimum. (b) Commercial Automobile Liability insurance with minimum combined single limits of one million dollars ($1,000,000.00) each occurrence with respect to each of Contractor’s owned, hired and non-owned vehicles assigned to or used in the operation of this contract in the City. The policy shall contain a severability of interests provision. (c) The insurance shall not be canceled or materially changed so as to be out of compliance with these requirements without thirty (30) days' written notice first provided to the City, via certified mail, and ten (10) days' notice for nonpayment of premium. If the insurance is canceled or materially altered so as to be out of compliance with the requirements of this subsection within the term of this contract, Contractor shall provide a replacement policy. Contractor agrees to maintain continuous uninterrupted insurance coverage, in at least the amounts required, for the duration of this contract. 44 7.2 Deductibles / Certificate of Insurance. Any deductible of the policies shall not in any way limit Contractor's liability to the City. 7.3 Endorsements. All policies shall contain, or shall be endorsed so that: (a) The City, its officers, officials, boards, commissions, employees and agents are to be covered as, and have the rights of, additional insureds with respect to liability arising out of activities performed by, or on behalf of, Contractor under this contract; (b) Contractor’s insurance coverage shall be primary insurance with respect to the City, its officers, officials, boards, commissions, employees and agents. Any insurance or self-insurance maintained by the City, its officers, officials, boards, commissions, employees and agents shall be in excess of the Contractor's insurance and shall not contribute to it; and (c) Contractor's insurance shall apply separately to each insured against whom a claim is made or lawsuit is brought, except with respect to the limits of the insurer's liability. 7.4 Acceptability of Insurers. The insurance obtained by Contractor shall be placed with insurers with a Best's rating of no less than "A VII." 7.5 Verification of Coverage. The Contractor shall furnish the City with certificates of insurance and endorsements or a copy of the page of the policy reflecting blanket additional insured status. The certificates and endorsements for each insurance policy are to be signed by a Person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements for each insurance policy are to be on standard forms or such forms as are consistent with standard industry practices. 8. FRANCHISE AGREEMENT. The City and CenturyLink agree that as to future projects, by entering into this Agreement neither party has waived any rights it may have under the existing franchise agreement between The City and CenturyLink, and expressly herein reserve such rights. Notwithstanding anything in this Agreement to the contrary, CenturyLink’s participation in the joint trench activity contemplated in this Agreement, and its very participation in this Agreement, shall in no event be construed as acceptance, affirmation or ratification of the City’s construction of CenturyLink’s obligation to underground its facilities and enter into a writing pursuant to the franchise agreement, and parties understand and agree that the terms and conditions of this Agreement shall not be considered as a basis for future undergrounding projects that may be franchise-required. 45 9. MISCELLANEOUS. 9.1 Compliance with Laws. The parties shall comply with all federal, state and local laws, rules and regulations throughout every aspect in the performance of this Agreement. 9.2 Nonwaiver of Breach. The failure of a party to insist upon strict performance of any of the terms and rights contained herein, or to exercise any option herein conferred in one or more instances, shall not be constructed to be a waiver or relinquishment of those terms and rights and they shall remain in full force and effect 9.3 Governing Law. This Agreement shall be governed and construed in accordance with the laws of the State of Washington. If any dispute arises between the parties or between any party and the contractor under any of the provisions of this Agreement, resolution of that dispute shall be available only through the jurisdiction, venue and rules of the King County Superior Court, King County, Washington. 9.4 Attorney’s Fees. To the extent not inconsistent with RCW 39.04.240, in any claim or lawsuit for damages arising from the parties’ performance of this Agreement, each party shall be responsible for payment of its own legal costs and attorney’s fees incurred in defending or bringing such claim or lawsuit; however, nothing in this subsection shall limit a party’s right to indemnification under Section 8 of this Agreement. 9.5 Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of this Agreement, unless otherwise notified. Any written notice shall become effective upon delivery, but in any event three (3) calendar 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 on this Agreement. 9.6 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 each of the affected parties. 9.7 Severability. If any one or more sections, sub-sections, or sentences of this Agreement are held to be unconstitutional or invalid, that decision shall not affect the validity of the remaining portion of this Agreement and the remainder shall remain in full force and effect. 9.8 Relationship. It is understood and agreed that no agency, employment, joint venture, co-employer or partnership is created by this Agreement. No party shall (i) have the power or authority to act for another in any manner to create obligations or debts which would be binding upon another, and; (ii) be responsible for any obligation or expense whatsoever of another. 46 9.9 Force Majeure. A party will not be in breach of this Agreement if unable to perform its respective obligations as a result of the occurrence of an event of “force majeure,” which shall include, but not be limited to, acts of God, acts of the government of the United States or of any state or political subdivision thereof, strikes, civil riots or disturbances, fire, floods, explosions, earthquakes, wind, storms, hurricanes, lightning or other similar catastrophes or other causes beyond the parties’ reasonable control. The scope of events of force majeure shall not extend to payment of money owed hereunder. 9.10 Entire Agreement. The written provisions and terms of this Agreement, together with any attached Exhibits, supersede all prior verbal statements by any representative of the City, and those statements shall not be construed as forming a part of or altering in any manner this agreement. This Agreement and any attached Exhibits contain the entire Agreement between the parties. Should any language in any Exhibit to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. 47 IN WITNESS WHEREOF, the parties below have executed this Agreement. CENTURYLINK CITY OF KENT Print Name: ______ Print Name: Title: ____________ Title: DATE DATE NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CENTURYLINK CITY OF KENT CenturyLink City of Kent 23315 66th Ave S 220 Fourth Avenue South Kent, WA 98032 Kent, WA 98032 Attn: Alex Harb Attn: Chad Bieren (206) 345-4476 (Desk) (253) 856-5534 (Desk) (253) 831-0395 (Cell) (253) 856-6500 (Fax) With a copy to: APPROVED AS TO FORM: CenturyLink 23315 66th Ave. S. Kent, WA 98032 Attention: Jason Tesdal Kent Law Department 48 Exhibit A S. 218th Street Plan Sheet 49 Gost Summary Table Revision 31912018 General Gontractors--BlD COSTS 2l Bth TotalCosts Totals 13,274 $64,607 4,957 ,838 Notes: - Costs are based on shared trench cost between trench participants. Centurylink pays for the percentage of total number of conduits---Ex COMCAST 2 conduits total B lS 25% Centurylink share lN NON SCHEDULE 74 WORK lS BASED ON NUMBER OF UTILITIES lN TRENCH) See pages Sand 6. - City pays 100o/o lor PSE power's trench cost per schedule 74. - City pays 40o/o for PSE vault and conduit work (conversion cost) per schedule 74. C:\Users\wwakefield\AppData\Local\Microsoft\Windows\Temporary lnternet Files\Content.Outlook\RND8M07F\Centurylink2l Bth JUT Revised Mar 9 3129120182:23 PM Cost.xls Trenchinq Vault and Conduit lnstallation Engineering Design, Coordination and lnspection Total Balance Due PSE GAS $o $o $o $0 PSE Power $364,007 $364,007 Century Link $140,416 $37,005 $8,567 $185,988 Comcast $108,851 $27,602 $6,390 ç'142,843 2 50 PUBLIC WORKS DEPARTMENT Timothy J. LaPorte, P.E., Director Phone: 253-856-5500 Fax: 253-856-6500 220 Fourth Avenue South Kent, WA 98032 DATE: April 2, 2018 TO: Public Works Committee FROM: Tim LaPorte, Public Works Director SUBJECT: Consultant Services Agreement with AECOM for the Upper Mill Creek Dam – Recommend SUMMARY: AECOM, an Engineering consulting firm, was selected to perform engineering services for this project and has completed the majority of the design work. Permitting the dam endeavor has proven difficult and time consuming, taking over two years to accomplish. As a result of the permitting process, numerous changes were required to meet requirements. Permits required include a Corps of Engineers permit, a Washington State Department of Fisheries permit, a State Department of Ecology permit for the dam raising and consultation with the Muckleshoot Indian Nation. After many exchanges over the past year, we believe we are ready to finalize the design, and hopefully obtain the permits in time for construction commencement this summer. The proposed contract modification addresses costs that will be incurred to finish the design based on comments from permitting agencies. EXHIBITS: Contract BUDGET IMPACT: This project is included in the Drainage Master Plan and the Drainage Capital budget. STRATEGIC PLAN GOAL(S): ☒ Innovative Government - Empowering responsible citizen engagement, providing outstanding customer service, leveraging technologies, and fostering new opportunities and industries that benefit our community. ☒ Thriving Neighborhoods and Urban Centers - Creating vibrant urban centers, welcoming neighborhoods, and green spaces for healthy growth and cultural celebration. Motion: Move to recommend Council authorize the Mayor to sign a contract agreement with AECOM for Engineering Services in the amount of $107,452.51, for the completion of the design of the Upper Mill Creek Dam project, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. 51 This page intentionally left blank 52 CONSULTANT SERVICES AGREEMENT - 1 (Over $20,000) CONSULTANT SERVICES AGREEMENT between the City of Kent and AECOM Technical Services, Inc. THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and AECOM Technical Services, Inc. organized under the laws of the State of California, located and doing business at 1111 3rd Ave., Suite 1600, Seattle, WA 98101-1616, Phone: (206) 438-2605, Contact: Rod Denherder (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 design engineering services for the Upper Mill Creek Dam 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 December 31, 2018. III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed One Hundred Seven Thousand, Four Hundred Fifty Two Dollars and fifty one cents ($107,452.51), 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. 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: 53 CONSULTANT SERVICES AGREEMENT - 2 (Over $20,000) A. The Consultant has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Consultant maintains and pays for its own place of business from which Consultant’s services under this Agreement will be performed. C. The Consultant has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Consultant’s services, or the Consultant is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Consultant is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Consultant has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Consultant’s business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Consultant maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. After termination, the City may take possession of all records and data within the Consultant’s possession pertaining to this project, which may be used by the City without restriction. If the City’s use of Consultant’s records or data is not related to this project, it shall be without liability or legal exposure to the Consultant. VI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any subcontract, the Consultant, its subcontractors, or any person acting on behalf of the Consultant or subcontractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Consultant shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. VII. INDEMNIFICATION. Consultant shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Consultant's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Consultant's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, agents and volunteers, the Consultant's duty to defend, indemnify, and hold the City harmless, and Consultant’s liability accruing from that obligation shall be only to the extent of the Consultant's negligence. 54 CONSULTANT SERVICES AGREEMENT - 3 (Over $20,000) IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONSULTANT'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. 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 Consultant acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington. As such, the Consultant agrees to cooperate fully with the City in satisfying the City’s duties and obligations under the Public Records Act. The City’s use or reuse of any of the documents, data, and files created by Consultant for this project by anyone other than Consultant on any other project shall be without liability or legal exposure to Consultant. XI. CITY'S RIGHT OF INSPECTION. Even though Consultant is an independent contractor with the authority to control and direct the performance and details of the work authorized under this Agreement, the work must meet the approval of the City and shall be subject to the City's general right of inspection to secure satisfactory completion. XII. WORK PERFORMED AT CONSULTANT'S RISK. Consultant shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Consultant's own risk, and Consultant shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XIII. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties’ performance of this Agreement, the exclusive means 55 CONSULTANT SERVICES AGREEMENT - 4 (Over $20,000) 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 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. Public Records Act. The Consultant acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Consultant in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Consultant agrees to cooperate fully with the City in satisfying the City’s duties and obligations under the Public Records Act. J. 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. / / / / / / / / / / / / 56 CONSULTANT SERVICES AGREEMENT - 5 (Over $20,000) K. Counterparts and Signatures by Fax or Email. 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. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. CONSULTANT: By: (signature) Print Name: Its (title) DATE: CITY OF KENT: By: (signature) Print Name: Dana Ralph Its Mayor DATE: NOTICES TO BE SENT TO: CONSULTANT: Rod Denherder AECOM Technical Services, Inc. 1111 3rd Ave., Suite 1600 Seattle, WA 98101-1616 (206) 438-2605 (telephone) (866) 495-1422 (facsimile) NOTICES TO BE SENT TO: CITY OF KENT: Timothy J. LaPorte, P.E. City of Kent 220 Fourth Avenue South Kent, WA 98032 (253) 856-5500 (telephone) (253) 856-6500 (facsimile) APPROVED AS TO FORM: Kent Law Department AECOM - Upper Mill Crk Dam 3/Lincoln 57 EEO COMPLIANCE DOCUMENTS - 1 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: ___________________________________________ For: __________________________________________ Title: _________________________________________ Date: _________________________________________ 58 EEO COMPLIANCE DOCUMENTS - 2 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. 59 EEO COMPLIANCE DOCUMENTS - 3 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date), between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. By: ___________________________________________ For: __________________________________________ Title: _________________________________________ Date: _________________________________________ 60 Exhibit A PROFESSIONAL ENGINEERING SERVICES UPPER MILL CREEK DAM IMPROVEMENTS SGOPE OF WORK March 22,2018 The City of Kent (City) prepared a Drainage Master Plan (DMP) in September 2008 and the flood capacity of Upper Mill Creek storage facilities was reviewed. "High" priority was assigned to these facilities because flooding of these structures may cause risks to public safety, major roadway transportation, emergency vehicle access, the business community, and water quality. Under this scope, AECOM will assist the City with remaining design elements in order to receive the dam safety permit and prepare "Ready to Advertise' (RTA) drawings and specifications. PROJECT WORK ELEMENTS The following tasks are included in the scope of work: . Task I - Project Management. Task 10 - Bid Set Completion Task I - Project Management Project activities will be coordinated and directed with the goal of completing all work within budget and schedule and meeting City objectives and expectations. Coordination and liaison with the City will be biweekly to ensure that the objectives are met. Two (2) in-person coordination meetings are anticipated, one at midpoint and the final review meeting. Prior to starting work on any activities outlined within this Task, AECOM will request a notice-to- proceed from Kent, and Kent will provide this notice to AECOM before work can begin. Progress, schedule, and budget will be monitored weekly. AECOM will provide Kent a set of progress Plans and Specification every two weeks, so that Kent can verify that the work is progressing accurately and efficiently. lnvoices will be generated every four weeks. Monthly progress reports will be provided summarizing work completed during the performance period and showing used and available budgets. AECOM will conduct in-house quality control reviews and independent technical reviews for all deliverables prior to submittal to the City. All review comments will be documented and addressed. Work includes project management scope and budget through the completion of the final RTA bid package. The scope does not include engineering services during the bid, award, and construction phases of the project. Deliverables: . Monthly status reports/invoices 61 Exhibit A Task l0 - Bid Set Completion Work associated with this task includes revisions to drawings and specifications to a "RTA" condition and associated activities as described below. Prior to starting work on any activities outlined within this Task, AECOM will request a notice-to- proceed from Kent, and Kent will provide this notice to AECOM before work can begin. Task 10.1 - Revise documents to address City requests and comments and to provide a package to the Dam Safety Office (DSO) for review. The scope of work includes the following subtasks: 1. Respond to additional review comments provided December 15,2017. 2. Provide design for removable guardrails on north side of Fish Ladder (Sections A, B & C, Sheet S14). 3. Provide grating/walkway and removable guardrails along fish screen entrance to Diversion Structure (Sheet 513, Section C on Sheet S15 and Sheet M08). 4. Design new wall downstream of Fish Ladder to retain ramp (Sheet S13 and Section E on Sheet S16). 5. Revise lmpact Stilling Basin configuration to eliminate need for additional ROW to the West of 104th. Revise hydraulic analysis for DSO review. (Sheets 506, SO9, & S18). 6. Revise lmpact Stilling Basin design to lower it for improved sightlines on roadway (Sheet S09 and 518). 7. Add HDPE closure between slide gate and trash rack at entrance to Fish Ladder (Detail 1, Sheet M04). 8. Provide Debris Cage Lid with access door (Detail 1, Sheet M02). 9. Provide guidance for demolition plans (C drawings) and add notes on S drawings as appropriate. Task 10.2 - Respond to Outstanding Comments 1. Specification of a seal (Sheet S07 and Note 1 on Sheet S0B). 2. Respond to comments regarding Waterman Gate and actuator coordination. 3. Respond to City comments from drawing set submitted to DSO in February 2018 4. Finalize CommenUResponse form. Task 10.3 - Complete Bid Set - Civil Drawings (City) 1. Review and comment on City's General and Civil drawings for consistency with S and M drawings. Task 10.4 - Complete Bid Set - Structural Drawings 1. Modify for consistency with updated Civil and Metal drawings. a. Revise S01 to include special inspections and other DSO requirements for inspections. 2. Complete incorporation of City comments. 2 62 Exhibit A Task 10.5 - Complete Bid Set - Metal Drawings 1. Make the following revisions to the Debris Cage as requested by the City a. Add interior and exterior WISHA compliant ladders with 24" wide interior ladder to accommodate ladder ups. Enlarge opening and Debris Cage as needed to accommodate ladders, however keep Debris Cage size to fit within existing concrete slab footprint. b. Add removable guardrails around the top of the Debris Cage. Provide theft deterrent connection for removable guardrails using unique bolt heads. c. Revise lid to be comprised of removable grating and hinged grating to serve as an access hatch at the interior ladder. Revise framing at the top of the Debris Cage. Coordinate with City to determine location of hinged grating and swing direction. 2. Complete calculations for Debris Cage and organize the structural calculation package including the calculations for the DSO changes. Task 10.6 - Complete Bid Set - Electrical Drawings 1. Review and modify Electrical Drawings for consistency with updated S and M drawings Task 10.7 - Complete Bid Set - Specifications 1. Update specifications to address comments and incorporate changes as needed for consistency with updated S and M drawings. 2. Special inspections required by DSO for the MSE dam and structural elements shall be listed in the specifications. 3. Assume City to format and incorporate with City front end portion of the specifications. Task 10.8 - Complete Bid Set - Cost Estimate 1. Update quantities to reflect changes to lmpact Stilling Basin, grates, guardrails, and retaining wall at the Diversion Structure. 2. Update estimated construction costs. Task 10.9 - Review City Responses to Dam Safety Comments 1. Per City direction, assume that City will address outstanding administrative comments and DSO requirements. Scope limited to reviewing City's responses. Task 10.10 - lnternalQuality Review 1. Perform an lndependent internal Quality Review of the final bid set package and document the review process to veriff that all comments are satisfactorily addressed. Task 10.1 1 -Bid Package Review Conferences 1. Participate in midpoint meeting with City to review progress bid set drawing and specification package. 2. Participate in meeting with City to review final bid set drawing and specification package -t 63 Exhibit A Task 1 0.12 - Respond to City Comments from Review Conferences 1. Respond to new City comments from the progress and final review meetings. One set of new, combined comments from the City are assumed after each meeting. Comments are assumed to be minor in nature, with no additional design required. Task 10.13 - Finalize Ready to Advertise Package 1. Address and incorporate final minor comments from City. 2. Update title blocks, stamps and signatures. 3. Assume PDF copy will be sufficient for City and wet-signed hard copy not required 4. Print and provide final bid set drawings for submittal to DSO. Deliverables: . Final Ready to Advertise Package - Drawings and Specifications . Full size printed hard copy drawings for DSO . Complete Final Design package to DSO ESTIMATED SCHEDULE The following table summarizes the estimated schedule for completing the remaining work to deliver the Final RTA Package to the City. The schedule is based on an assumed receipt of Notice to Proceed, and assumes that final comments from the City will be provided in a timely manner as indicated. Based on these assumptions, the tentative date for Advertising for bids is May 28,2018. Milestone Date Notice to Proceed April9,2018 (assumed) Progress Drawings and Specifications to Citv April 23 (14 days after NTP) Midpoint Progress Review Conference and City Proqress Comments to AECOM April 30 (7 days following delivery of Progress Set) Final Drawing and Specifications to City May 7 (7 days after conference/comments) Final Review Conference and City Final Review Comments May 14 (7 days following delivery of Final Drawinqs and Specifications) Response to Final City Comments May 21 (7 days after receipt of comments) Final Ready to Advertise Package May 24 (10 days after receipt of comments) Advertise for Bids May 28 (tentative) 4 64 EXHIBIT A UPPER MILL CREEK DAM IMPROVEMENTS BUDGET ESTIMATE For: City of Kent Public Works Department By: AECOM Task 0) ctt(ú C(ú E (,o'd 0- c,!t 0, Icoo ttoú =o- o at oIı3 o ooc ct)tr l¡J oo'ó' o- g .9ıl- aú L Gft oo .E cttc l¡J (,o.ó. o- o!t o Icoô !to1l oo .E E)tr l¡J .:o (ú a^ oo É.l- oo .= cttc IJJ E aúo .9troa^ ootr'ı, trut tû CL (J tr L o. o.c an!t oII !t6'b -(ú f (, J o co ct)tr L t!oII à o oo o Eo L oI t¡J -gt! U' o G Looc'ı, tr l¡J ıo L o .gul 'T o =Êot- o o a!o L o -9 l¡J N o,L(úo an t¡J tr 0,L ilI añ .9.c CL(ú o U' (9 ofl al Êo ı .!2c'Ê ït4 L JoI (ú o Øoo IE ot- Billing Rate obñ ø í)ro c.¡t ø oo cio ø orOñ 1ê oo rrioê rOcl (\¡ø |l)(o .v ¡ONê oo ct(o ê Io)(Ð ñtø o ñ(o ø oro rrt G' e, (t) co lf'ô¡ v, (0 oq o)ê 01000 Proiect Manaqement Monthlv invoices and orooress reoorts. oroiect controls I 4 I 20 s 2.725.O0 Subtotal - Task 01000 20 $2.725.00 10000 FinalBid Set Task 10.1 - Complete DSO document review set 17 10 141 10 22 36 2 4 l8 64 5 329 $s2,814.65 Task 10.2 - Respond to outstandinq comments 4 I 4 4 20 $3,273.56 Task '10.3 - Complete Bid Set - Review Citv Drawinqs 2 2 4 2 2 12 $2.099.28 Task 10.4 - Comolete Bid Set - Structural 2 12 2 b 14 36 s 5.634.96 Task 10.5 - Complete Bid Set - Metal 4 2 16 14 36 $5,454.96 Task 10.6 - Complete Bid Set - Electrical I 2 4 4 I 2 21 $3,565.'18 Task '10.7 - Comolete Bid Set - Specifications 4 2 I 8 I 2 2 34 s 5.979.28 Task '10.8 - Complete Bid Set - Cost Estimate 2 2 4 4 4 6 22 $3.240.34 Task '10.9 - Review Citv Responses to DSO Comments 2 4 6 $'1,065.00 Task 10.10 - lnternal Qualitv Review 4 4 24 32 $6.490.00 Task 10.11 - Proqress and Final Drawinq Review Conference 4 8 4 4 8 28 $4.791.72 Task 10.12 - Respond to City Comments on Progress & Final Bid Packaoe 2 2 I 4 4 2 I 30 $4,962.68 Task '10.'l 3 - Finalize Readv to Advertise Packaoe 2 2 4 2 2 2 2 16 4 36 $5,155.90 Direct Costs $200.00 Subtotal - Task 10000 642 $104.727.51 Total 34 21 22 210 14 68 4 84 6 14 28 138 '19 662 s '1o7.452.51 3t22t2018 Page 1 of '1 65 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 $2,000,000 each occurrence, $2,000,000 general aggregate and a $1,000,000 products-completed operations aggregate limit. 66 EXHIBIT B (Continued) 3. Professional Liability insurance shall be written with limits no less than $2,000,000 per claim and $2,000,000 policy aggregate limit. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The 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 A:VII. E. Verification of Coverage Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the 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. 67 This page intentionally left blank 68 PUBLIC WORKS DEPARTMENT Timothy J. LaPorte, Director Phone: 253-856-5500 Fax: 253-856-6500 220 Fourth Avenue South Kent, WA 98032 DATE: April 2 2018 TO: Public Works Committee FROM: Kelly Peterson, AICP, Transportation Manager SUBJECT: 2019-2021 Regional Mobility Grant (RMG) SUMMARY: WSDOT Regional Mobility Grants support local efforts to improve transit mobility and reduce congestion on heavily traveled roadways. Transit agencies are typically awarded funds, but are able to partner with local jurisdictions on grant applications. Three “Project Concept” letters for the 2019-2021 Regional Mobility Grant were submitted as place of address to ensure the City’s projects would be eligible to apply for funding. Applications are due in July. King County METRO has offered to provide matching funds if projects are awarded. Agreements with Metro may be required if grants are awarded for any of the City’s proposed projects. The 3 projects are as follows: 1. Kent Transit Center Access, Mobility and Safety Improvements • New eastbound right-turn lane on James Street • Extension of the eastbound bicycle facility on James Street • Improved pedestrian facilities on James Street. 2. City of Kent transit facility passenger amenities and access improvements for future Auburn to Renton RapidRide(2021/2022) • Improved pedestrian/bicycle facilities, shelters, real time arrival information, lighting, off-board payment kiosks, and other improvements 3. Kent Transit Center access and mobility improvements through ITS applications and rail - signal interconnection EXHIBITS: WSDOT Project concept letters BUDGET IMPACT: None STRATEGIC PLAN GOAL(S): ☒ Authentic Connectivity and Communication - Uniting people to people, to places, and to their government through superior infrastructure, enriched community interactions, and responsive, trusting relationships. Information Only/No Motion Required 69 This page intentionally left blank 70     2019‐2021 REGIONAL MOBILITY GRANT PROGRAM CONCEPT LETTER  1   2019‐2021 REGIONAL MOBILITY GRANT PROGRAM    CONCEPT LETTER       In order to apply for a 2019‐2021 Regional Mobility Grant (RMG), potential applicants must submit a project  concept letter. This project concept letter is due by March 1, 2018. Formal grant applications will be available June  1, 2018, and will be due on July 13, 2018.       Eligibility: cities, counties, ports, and transit agencies in Washington state.      Directions for submitting this concept letter:    • Download (save a copy of) this file to your computer and fill it out.    • Once completed, save it, and send it electronically to PTDGrants@wsdot.wa.gov.  Subject line: RMG  Concept Letter       Organization Name   City of Kent     Contact information (project contact name, position title, phone number, email)    April Delchamps, Senior Transportation Planner, 253‐856‐5564, adelchamps@KentWA.gov     What is the proposed project name?   Kent Transit Center Access, Mobility and  Safety Improvements      What is the preliminary project cost?           How much will be requested from the RMG program?  $ 3 Million  $ 2.4 Million    Type of project (check all that apply)            Approximate percent of total project   ___ Operating      _X_ Construction  95%  _X_ Equipment/Vehicles  5% (Rail Crossing Equipment)  ___ Transportation Demand Management        Using the following TSMO Planning and Implementation Website, identify/define which TSMO solutions are  being considered for your project.   Geometric Improvements – Turn lanes; Bicycles and pedestrians  Description of project – What is the purpose of this project? What transportation performance problem is the  proposed project aiming to address?   71     2019‐2021 REGIONAL MOBILITY GRANT PROGRAM CONCEPT LETTER  2   The purpose of this project is to improve mobility for transit vehicles, bicyclists, and pedestrians accessing the  Kent Transit Center via James Street. Kent Station and the Kent Transit Center serve as a vital transportation  hub for the south King County region. In addition to Sound Transit Sounder service, currently a King County  Metro or Sound Transit bus accesses the transit center once per minute  during the peak period. By 2040, a bus  will access the transit center at this regional hub every 30 seconds during peak periods. Additionally  Sound  Transit will increase Sounder Commuter Rail service along this corridor as part of ST3 program..     James Street in the vicinity of Kent Station has high congestion and low mobility during peak periods. Eastbound  James Street approaching Central Avenue has large queues and poor level of service. James Street has two  eastbound travel lanes through the BNSF rail crossing.  A short eastbound left and right turn lane approaching  Central Avenue starts at Railroad Avenue. Geometrics on E James Street west of Railroad Avenue N are  constrained by the close proximity of the Washington Cold Storage Inc. building on the south side of E James  Street. Improved bicycle and pedestrian facilities  in this area are needed.    As part of the Sound Transit 2 funding package, Sound Transit is in the process of acquiring property including  the Washington Cold Storage parcel as part of a plan to construct a new 500 stall parking structure serving the  Kent Transit Center and Kent Station. The new parking garage is scheduled to open in 2024 with planning and  design work underway. This effort may also realign Railroad Avenue farther to the west (adjacent to the BNSF  facility).    With the ROW constraint eliminated, this project will further improve mobility by creating an eastbound right‐ turn lane on E James Street to Railroad Avenue N extending from 1st Avenue N to the realigned Railroad Avenue  N. This turn lane will improve speed and reliability for eastbound transit vehicles accessing the Kent Transit  Center via Railroad Avenue as well as general purpose traffic including users of the new parking structure. This  project will also extend the eastbound bicycle facility on James Street that currently terminates approaching the  1st Avenue N intersection.  In addition,  improved  pedestrian facilities are planned along the south and north  side of James Street, improving mobility and safety for these users.        Using the Corridor Sketch Summary Viewer, identify the corridor number(s) impacted by your project. If your  project is not on the state highway system, identify other roads/intersections.    E James Street from 1st Avenue N to Central Avenue N.    What customer base is this project meant to serve?    This project will improve mobility for transit users, carpools, freight, and single occupant vehicles traveling  eastbound on the James Street corridor. In addition, pedestrian and bicyclists will see improved facilities on  James Street. Those users accessing Railroad Avenue via multiple modes (mostly transit users) will see the  highest benefit, but all area users will see an increase in mobility.       Have there been discussions and coordination with WSDOT regional staff on this project concept? If so, who at  WSDOT has been involved?    No     72     2019‐2021 REGIONAL MOBILITY GRANT PROGRAM CONCEPT LETTER  3   Are there other organizations/modes (MPO, RTPO, local jurisdictions, transportation service providers) that  could be affected by this proposal (positively and/or negatively)? If so, with whom have you discussed the  proposed project concept?   The project will require coordination with BNSF, Sound Transit, King County Metro, PSRC, WSDOT, local  property owners, and the City of Kent. The proposed project will be coordinated with all impacted jurisdictional  partners, with no expected negative impacts.       Send your completed form to PTDGrants@wsdot.wa.gov by March 1, 2018.            Questions? Call Nicole Patrick at 360‐705‐6930 or Alan Soicher at 360‐705‐7917.      73     2019‐2021 REGIONAL MOBILITY GRANT PROGRAM CONCEPT LETTER  1   2019‐2021 REGIONAL MOBILITY GRANT PROGRAM    CONCEPT LETTER       In order to apply for a 2019‐2021 Regional Mobility Grant (RMG), potential applicants must submit a project  concept letter. This project concept letter is due by March 1, 2018. Formal grant applications will be available June  1, 2018, and will be due on July 13, 2018.       Eligibility: cities, counties, ports, and transit agencies in Washington state.      Directions for submitting this concept letter:    • Download (save a copy of) this file to your computer and fill it out.    • Once completed, save it, and send it electronically to PTDGrants@wsdot.wa.gov.  Subject line: RMG  Concept Letter       Organization Name   City of Kent     Contact information (project contact name, position title, phone number, email)    April Delchamps, Senior Transportation Planner, 253‐856‐5564, adelchamps@KentWA.gov     What is the proposed project name?   Kent Transit Center access and mobility  improvements through ITS applications  and rail‐signal interconnection      What is the preliminary project cost?           How much will be requested from the RMG program?  $ 5 Million  $ 4 Million    Type of project (check all that apply)            Approximate percent of total project   ___ Operating      _X_ Construction   95%  _X_ Equipment/Vehicles   5% (Signal Equipment)  ___ Transportation Demand Management        Using the following TSMO Planning and Implementation Website, identify/define which TSMO solutions are  being considered for your project.   ITS & Signal Improvements  74     2019‐2021 REGIONAL MOBILITY GRANT PROGRAM CONCEPT LETTER  2   Description of project – What is the purpose of this project? What transportation performance problem is the  proposed project aiming to address?   The purpose of this project is to improve mobility for transit vehicles in the vicinity of the Kent Transit Center on  the Central Avenue corridor. Kent Station and the Kent Transit Center serve as a vital transportation hub for the  south King County region. In addition to Sound Transit Sounder service, currently a King County Metro or Sound  Transit bus accesses the transit center once per minute during the peak period. By 2040, a bus will access the  transit center at this regional hub every 30 seconds during peak periods. Additionally Sound Transit  will  increase Sounder Commuter Rail service along this corridor as part of its ST3 program.     Downtown Kent, especially along the Central Avenue corridor experiences poor level of service due to heavy  congestion during daytime peak and off‐peak periods. The congestion affects  movements from multiple  directions.  There are more than 70 daily trains on the BNSF corridor that runs north‐south adjacent to the  Central Avenue corridor.  With no grade‐separated rail crossings within the downtown Kent area, the volume of  daily rail crossing events contributes to the congested conditions in downtown Kent. Today, the traffic signal  system  cannot communicate signal timing modifications to manage the change in traffic patterns during and  after a train event.    This project will improve mobility for all users impacted by the BNSF rail corridor crossing events, including the  increase in transit vehicles accessing the Kent Transit Center. The project will implement the required detection  and communication networks along the BNSF rail corridor to allow area signals the ability to adjust signal timing  in anticipation of, during, and after train events. In addition, signals along the Central Avenue corridor, from S  259th Street through S 212th Street, will be upgraded to use this interconnection. Signal upgrades may utilize  newer technology such as adaptive signal control systems, transit signal priority, and other ITS applications in  signal control. King County Metro will be implementing a Rapid Ride route on the southern portion of the  Central Avenue corridor from the southern city limits to James Street via the Kent Transit Center which will  increase mobility and  further increase speed and reliability for transit users in the vicinity of Kent Station. This  Rapid Ride route is expected to open in 2021/2022. Additional signals adjacent to at‐grade rail crossings may  also be upgraded to take advantage of the new communication connections.        Using the Corridor Sketch Summary Viewer, identify the corridor number(s) impacted by your project. If your  project is not on the state highway system, identify other roads/intersections.   Corridor 148 (SR 516) on Central Avenue N. With improvements at intersections on Central Avenue N from S  259th Street to S 212th Street.     What customer base is this project meant to serve?    The project will improve mobility for transit users, carpools, freight, and single occupant vehicles traveling  along and through the Central Avenue N corridor in the vicinity of Kent Station.       Have there been discussions and coordination with WSDOT regional staff on this project concept? If so, who at  WSDOT has been involved?    No     75     2019‐2021 REGIONAL MOBILITY GRANT PROGRAM CONCEPT LETTER  3   Are there other organizations/modes (MPO, RTPO, local jurisdictions, transportation service providers) that  could be affected by this proposal (positively and/or negatively)? If so, with whom have you discussed the  proposed project concept?   The project will require coordination with BNSF, Sound Transit, King County Metro, PSRC, WSDOT, and the City  of Kent. The proposed project will be coordinated with all impacted jurisdictional partners, with no expected  negative impacts.        Send your completed form to PTDGrants@wsdot.wa.gov by March 1, 2018.            Questions? Call Nicole Patrick at 360‐705‐6930 or Alan Soicher at 360‐705‐7917.      76     2019‐2021 REGIONAL MOBILITY GRANT PROGRAM CONCEPT LETTER  1   2019‐2021 REGIONAL MOBILITY GRANT PROGRAM    CONCEPT LETTER       In order to apply for a 2019‐2021 Regional Mobility Grant (RMG), potential applicants must submit a project  concept letter. This project concept letter is due by March 1, 2018. Formal grant applications will be available June  1, 2018, and will be due on July 13, 2018.       Eligibility: cities, counties, ports, and transit agencies in Washington state.      Directions for submitting this concept letter:    • Download (save a copy of) this file to your computer and fill it out.    • Once completed, save it, and send it electronically to PTDGrants@wsdot.wa.gov.  Subject line: RMG  Concept Letter       Organization Name   City of Kent     Contact information (project contact name, position title, phone number, email)    April Delchamps, Senior Transportation Planner, 253‐856‐5564, adelchamps@KentWA.gov     What is the proposed project name?   City of Kent transit facility passenger  amenities and access improvements for  Rapid Ride      What is the preliminary project cost?           How much will be requested from the RMG program?  $ 10 million  $ 8 Million    Type of project (check all that apply)            Approximate percent of total project   ___ Operating      _X_ Construction   75%  _X_ Equipment/Vehicles   25%  ___ Transportation Demand Management        Using the following TSMO Planning and Implementation Website, identify/define which TSMO solutions are  being considered for your project.   Transit service and facility improvements  77     2019‐2021 REGIONAL MOBILITY GRANT PROGRAM CONCEPT LETTER  2   Description of project – What is the purpose of this project? What transportation performance problem is the  proposed project aiming to address?   The purpose of this project is to upgrade passenger facilities and increase access to transit within Kent along the  new King County Metro Auburn to Renton Rapid Ride corridor expected to open in 2021/2022. The new Rapid  Ride corridor will run north‐south along Central Avenue from Auburn to the Kent Transit Center, connect to the  East Hill area, and then north‐south along the SR 515 corridor to Renton, with over 7 miles of the corridor within  the City of Kent.     Current frequent service along this corridor includes route 180 (Southeast Auburn to Kent Station to Sea‐Tac  Airport to Burien Transit Center) and route 169 (Kent Station to Renton Transit Center). The corridor currently  has 31 northbound and 29 southbound transit stops serving these two routes, at approximately quarter mile  spacing. This corridor currently has deficiencies in bus stop facilities as well as areas with poor pedestrian and  bicycle access to transit.   Bike and pedestrian facilities in this area can be improved. All bus zones identified for  Rapid Ride service will require upgraded facilities (e.g. new RapidRide shelters and amenities) to align with King  County Metro’s Rapid Ride branding and standards. The City of Kent will work with King County Metro to  identify bus zone locations for improvements. The Rapid Ride corridor will consolidate zones to be closer to ½  mile spacing relative to the current ¼ mile spacing.    This project will improve access to transit and passenger amenities throughout the new Rapid Ride corridor.  Improved pedestrian and bicycle facilities, shelter improvements, real time arrival information, lighting, off‐ board payment kiosks, and other transit facility improvements will increase safety for transit users, induce  transit ridership, and improve transit speeds throughout the City of Kent and other jurisdictions along the route.  .         Using the Corridor Sketch Summary Viewer, identify the corridor number(s) impacted by your project. If your  project is not on the state highway system, identify other roads/intersections.    Corridor 148 From Willis Avenue to SR 515. Corridor 383 from SR 516 to the northern City of Kent limits. Central Avenue from the southern City of Kent limits to Willis Avenue.     What customer base is this project meant to serve?    This project will improve access to transit for pedestrian and bicyclists, and improve speeds for transit users.       Have there been discussions and coordination with WSDOT regional staff on this project concept? If so, who at  WSDOT has been involved?    No     Are there other organizations/modes (MPO, RTPO, local jurisdictions, transportation service providers) that  could be affected by this proposal (positively and/or negatively)? If so, with whom have you discussed the  proposed project concept?   The project will require coordination with King County Metro, PSRC, WSDOT, local property owners, and the  City of Kent. The proposed project will be coordinated with all impacted jurisdictional partners, with no  expected negative impacts.    78     2019‐2021 REGIONAL MOBILITY GRANT PROGRAM CONCEPT LETTER  3      Send your completed form to PTDGrants@wsdot.wa.gov by March 1, 2018.            Questions? Call Nicole Patrick at 360‐705‐6930 or Alan Soicher at 360‐705‐7917.      79 This page intentionally left blank 80 PUBLIC WORKS DEPARTMENT Timothy J. LaPorte, Director Phone: 253-856-5500 Fax: 253-856-6500 220 Fourth Avenue South Kent, WA 98032 DATE: April 2 2018 TO: Public Works Committee FROM: Kelly Peterson, AICP – Transportation Manager SUBJECT: Info Only Mill Creek Neighborhood Parking Update SUMMARY: The Sounder train has become very popular since south line service (Seattle to Tacoma) began in 2000. Ridership has increased significantly and additional trains were added in 2017. With the popularity of the Sounder, parking demand has exceeded available parking supply. A second Sound Transit parking garage will provide 490-550 additional parking stalls and is slated to open in 2023. The location of the second garage was approved by Sound Transit in November 2017. The next steps include environmental review, design and construction. Residents in the Mill Creek neighborhood have contacted the City with concerns about commuters parking in their neighborhood. Staff met with the Mill Creek Neighborhood on February 8, 2018, to identify where commuters are parking within their neighborhood. With that information, staff prepared a Residential Parking Zone map that was presented to the Mill Creek Neighborhood at a special meeting on March 28th. Staff will present the results of the meeting to the Public Works Committee and request feedback on proposed next steps. EXHIBITS: None BUDGET IMPACT: If a Residential Parking Zone approved by the City Council, the approximate cost for signs, educational materials and permits would be $20,000 - $25,000. A budget would need to be identified for the expenses. STRATEGIC PLAN GOAL(S): ☒ Thriving Neighborhoods and Urban Centers - Creating vibrant urban centers, welcoming neighborhoods, and green spaces for healthy growth and cultural celebration. Information Only/No Motion Required 81 This page intentionally left blank 82 PUBLIC WORKS DEPARTMENT Timothy J. LaPorte, Director Phone: 253-856-5500 Fax: 253-856-6500 220 Fourth Avenue South Kent, WA 98032 DATE: April 2, 2018 TO: Public Works Committee FROM: April Delchamps, MPA, Senior Transportation Planner SUBJECT: Transportation Master Plan (TMP) SUMMARY: The Transportation Master Plan represents the City’s long range transportation improvement work program. The Washington State Growth Management Act requires transportation planning and system development that supports the broader, long-range goals for community development outlined in the Kent Comprehensive Plan. The Transportation Element of the Comprehensive Plan contains the goals and policies to guide the development of the City’s transportation system. The last major update to the TMP was in 2008 with a minor update completed for the 2015 Kent Comprehensive Plan. The 2015 update did not include a comprehensive review of projects, cost estimates, an updated financial plan, an updated concurrency program, modeling or consideration of major regional transportation projects such as Federal Way Link Extension and the SR509 Gateway Project. Since the last major TMP update, the city has experienced growth, adopted the Midway Sub Area Plan (2011), the Downtown Sub Area Plan (2013) and the Meet Me on Meeker Design Standards (2017). When the Puget Sound Regional Council recommended certification of Kent’s Comprehensive Plan in December 2015, some additional work required included a multiyear transportation financing plan per RCW 36.70A.070(6). The financing plan identifies Kent’s ability to meet mobility needs identified for the planning period. EXHIBITS: Puget Sound Regional Council Review Report and Certification Recommendation – City of Kent Comprehensive Plan, December 31, 2015 BUDGET IMPACT: None STRATEGIC PLAN GOAL(S): ☒ Authentic Connectivity and Communication - Uniting people to people, to places, and to their government through superior infrastructure, enriched community interactions, and responsive, trusting relationships. Information Only/No Motion Required 83 This page intentionally left blank 84 PSRC Plan Review & Certification Recommendation City of Kent Comprehensive Plan Page 1 of 8 PSRC PLAN REVIEW REPORT & CERTIFICATION RECOMMENDATION CITY OF KENT COMPREHENSIVE PLAN December 31, 2015 BACKGROUND The Washington State Growth Management Act calls for coordination between local, regional, and state planning efforts. To advance this coordination, state law requires PSRC to certify that regional transit plans, countywide planning policies, and local comprehensive plans within the central Puget Sound region conform to: (1) established regional guidelines and principles, (2) the adopted long-range regional transportation plan, and (3) transportation planning requirements in the Growth Management Act. Within the central Puget Sound region, the multicounty planning policies in VISION 2040 have been established as the regional guidelines and principles under Revised Code of Washington (RCW) 47.80.026. Certification of local comprehensive plans is also a requirement for jurisdictions and agencies that intend to apply for PSRC funding or proceed with any project submitted into the Regional Transportation Improvement Program, regardless of funding source. Within the central Puget Sound region, local governments and PSRC have worked together to develop an overall process (Adopted Policy and Plan Review Process, Revised September 2003) for reviewing and certifying local, countywide, regional, and transit agency policies and plans.1 This process also provides an opportunity to coordinate and share information related to local and regional planning. A set of materials, compiled in a Plan Review Manual, provides details on the review and certification process, background, and framework. The manual also provides guidance and checklists for aligning plans and policies with VISION 2040, Transportation 2040, and Growth Management Act requirements. DISCUSSION This report summarizes the findings and recommendations regarding the periodic update to the comprehensive plan for the City of Kent, adopted by the city on September 1, 2015. PSRC last certified the City of Kent’s comprehensive plan in July 2012. PSRC staff reviewed the updated 2015 comprehensive plan and coordinated with city staff in the development of this report. CERTIFICATION RECOMMENDATION Based on the review of the City of Kent comprehensive plan, the following action is recommended to the PSRC Growth Management Policy Board, Transportation Policy Board, and Executive Board: The Puget Sound Regional Council certifies that the transportation-related provisions in the City of Kent 2015 comprehensive plan update conform to the Growth Management Act and are consistent with multicounty planning policies and the regional transportation plan. The remainder of this report contains a summary of the PSRC review of the City of Kent comprehensive plan update. Under each heading, the scope of the certification review, as guided by the Plan Review Manual and Local Comprehensive Plan Checklist, is listed in high level bullets. Discussion in each topic area highlights 1 The certification requirement in the Growth Management Act is described in RCW 47.80. The specific requirements for transportation elements in local comprehensive plans are spelled out in RCW 36.70A.070. PSRC’s Interlocal Agreement, Section VII, also provides direction for the review of local comprehensive plans and countywide policies (Resolution A-91-01, amended March 1998). The Council's Executive Board last updated its process for Policy and Plan Review in September 2003. The process is also described in VISION 2040, Part IV: Implementation. 85 PSRC Plan Review & Certification Recommendation City of Kent Comprehensive Plan Page 2 of 8 exemplary provisions of the plan, as well as issues identified through the certification review where future work on the part of the city is needed to more fully address VISION 2040, Transportation 2040, and Growth Management Act planning requirements. Part I: Conformity with Growth Management Act Transportation Planning Requirements SCOPE OF REVIEW The Growth Management Act (RCW 36.70A.070(6)) includes several requirements related to transportation elements in local comprehensive plans. These requirements are summarized as follows: Land use assumptions and forecasts of travel demand that are internally consistent and consistent with growth targets. Service and facility needs, including inventories of existing facilities, and level-of-service standards and concurrency provisions that address multiple modes of travel, planned land uses and densities, and state highways. Financing and investments, including a multiyear financing plan and reassessment strategy to address potential funding shortfalls. Intergovernmental coordination with neighboring cities, counties, and regional and state agencies. Demand management, including programs to implement the Commute Trip Reduction Act. Pedestrian and bicycle planning, including project funding and capital investments, education, and safety. Land uses adjacent to airports, identifying relevant facilities, existing and planned uses, and policies that discourage incompatible uses. Air quality is largely an interjurisdictional issue in which each jurisdiction's travel behaviors, measured through vehicle emissions, affect the regional airshed. The Washington Administrative Code (WAC) requires local transportation elements and plans to include "policies and provisions that promote the reduction of criteria pollutants" for mobile sources (WAC 173-420-080). When PSRC reviews plans, it also certifies that the comprehensive plans include air quality policies and provisions, including a commitment to meeting the requirements of applicable federal and state air quality legislation. DISCUSSION: EXEMPLARY PLAN PROVISIONS The City of Kent’s comprehensive plan effectively addresses many of the transportation planning requirements of the Growth Management Act and includes adequate air quality policies and provisions. Highlights include: Provisions to support multimodal transportation options and design for healthy communities, including an inventory of existing facilities and planned networks, multimodal investments identified in the city’s comprehensive project list, and goals and policies that support a safe and functional nonmotorized network (for example, see T-4.1 – 4.3). Policies to support transportation demand management by allowing parking requirement reductions for businesses that have an approved commute trip reduction program, by working with major institutions and employers to promote alternatives to single occupant vehicles, and by encouraging transportation demand management strategies among employers who are not required to comply with commute trip reduction. (Policies T-6.1, T-6.2) Provisions that support intergovernmental coordination, such as Policy T-1.9, which calls for coordinating with King County and neighboring jurisdictions to implement concurrency strategies and mitigate shared traffic impacts through improvements or transportation demand management strategies. 86 PSRC Plan Review & Certification Recommendation City of Kent Comprehensive Plan Page 3 of 8 DISCUSSION: AREAS FOR FURTHER WORK The city should address the following comments at the earliest opportunity through future amendments to the comprehensive plan, subarea plans, or functional plans: □ The city establishes a level of service for Pacific Highway (SR 509) at “F.” Because Pacific Highway is a highway of statewide significance, the city should reflect the level of service established by WSDOT as a level of service of “D” for this facility per RCW 36.70A.070(6)(a)(iii)(C). □ The Growth Management Act requires that local comprehensive plans include a multiyear transportation financing plan (see RCW 36.70A.070(6)) for how the jurisdiction will meet the mobility needs identified for the planning period. The city has identified system needs and cost estimates over the life of the plan, and the city intends to update its Transportation Master Plan with more detail about transportation planning. While the comprehensive plan includes a list of projects and estimates for the planning period, the city should provide additional detail in the transportation element, including: 1. Provide a more detailed forecast of probable funding resources for transportation through the 2035 plan horizon. 2. Provide an analysis of the sufficiency of funding resources compared to estimated costs of identified improvements, including maintenance. 3. Revise and expand on the current reassessment strategy to address steps the city could take to close the gap between costs and revenues, as needed. Further guidance on how to address the financial analysis in the plan can be found in the Department of Commerce’s Transportation Element Guidebook, pages 202-212. Part II: Consistency with Regional Plans and Policies OVERVIEW This section discusses consistency with the adopted multicounty planning policies (established regional guidelines and principles under RCW 47.80.026) adopted in VISION 2040, and Transportation 2040, the region’s long-range transportation plan. In addition to the multicounty planning policies, VISION 2040 contains a regional growth strategy with a preferred distribution of the region’s residential and employment growth, as well as a number of implementation actions for local governments to carry out. Each policy area addressed in VISION 2040 is discussed in turn below. VISON 2040 Context Statement VISION 2040 calls for local plans to include a context statement that describes how the comprehensive plan addresses regional policies and provisions adopted in VISION 2040. The city effectively describes how the comprehensive plan addresses regional policies and provisions adopted in VISION 2040. Environment SCOPE OF REVIEW VISION 2040 calls for local comprehensive plans to address the following environmental policy topics: Stewardship, including addressing the natural environment throughout the plan, decisions based on best- available science, and regional environmental initiatives. Earth and habitat, including open space protection, restoration and protection of native vegetation, and coordination with adjacent jurisdictions. Water quality, including actions that maintain hydrologic functions and reduce water pollution in ecosystems, watersheds, shorelines, and estuaries. 87 PSRC Plan Review & Certification Recommendation City of Kent Comprehensive Plan Page 4 of 8 Air quality and climate change, addressing federal and state laws, reduction of pollutants, Puget Sound Clean Air Agency policies, and reduction of greenhouse gas emissions and adaptation to climate change. DISCUSSION: EXEMPLARY PLAN PROVISIONS The Kent comprehensive plan addresses the environmental policy topics in VISION 2040 with strong goals and actionable policies. Highlights include: Policies for the city to be a model for environmentally friendly practices by promoting LEED certified construction and use of recycled or recyclable materials in public utility provision, public facilities, and capital improvements, as well as by developing and implementing an operations and maintenance program to prevent or reduce pollutant runoff from municipal operations (Policy U-9.3, U-11.4). Goals and policies that promote conservation of open space by defining a system of open space and greenway corridors, inventorying local and county designated Urban Separators, and by identifying and protecting significant recreational lands before they are lost to development (Policy P&OS-6.1, Policy LU 20.5, Goal P&OS-7). Provisions that support intergovernmental coordination on environmental issues by working with King County to produce critical area maps of the Potential Annexation Area, by coordinating wetland protection and enhancement plans with adjacent jurisdictions and the Muckleshoot Indian Tribe across jurisdictional boundaries, and by working cooperatively with tribal, federal, state and local jurisdictions to conserve and work towards recovery of threatened and endangered species (Policy LU-16.2, Policy LU- 16.8, Policy U-9.2). DISCUSSION: AREAS FOR FURTHER WORK The certification review did not identify any major areas for improvement of the plan to better align with regional guidelines and principles on the environment. Development Patterns – Including Regional Growth Strategy SCOPE OF REVIEW VISION 2040 calls for local comprehensive plans to address the following development patterns policy topics: Urban areas, including targets for housing and employment growth, compact communities that support transit and walking, and provisions for redevelopment of underused land. Centers, including planning for one or more central places as locations for compact, mixed-use development, with policies that prioritize funding to centers to advance development. Unincorporated urban areas, including policies that advance annexation and orderly transition of governance. Resource lands, including identification of steps to limit development. Regional design, addressing local provisions that apply the Transportation 2040 Physical Design Guidelines, energy efficient building, historic preservation, and enhanced sense of community. Health and active living, addressing healthy environment, physical activity and well-being, and safety. DISCUSSION: EXEMPLARY PLAN PROVISIONS The city’s comprehensive plan effectively addresses many of the development patterns policies in VISION 2040. Highlights include: The plan is based on adopted residential and employment targets that align with VISION 2040, accommodating growth through strategies such as ensuring residential development achieves a substantial portion of the allowable maximum density and promoting infill development through regulatory and investment incentives (Policies LU-7.1, LU-9.1 and 9.2). 88 PSRC Plan Review & Certification Recommendation City of Kent Comprehensive Plan Page 5 of 8 Policies promoting downtown revitalization by encouraging medium- and high-density residential development that support high-capacity transit and by monitoring trends to maintain vitality in centers. The plan also prioritizes capital facility projects and services to support growth in centers (Policies LU- 3.2, LU-3.5, LU-3.6, Goal LU-4). Policies supporting the Transportation 2040 Physical Design Guidelines through managing parking, incorporating transit supportive and pedestrian-oriented design features, and supporting health and well- being. For example, Policy LU-5.1 focuses on adopting and maintaining policies, codes, and land use patterns that promote walking, biking, public transportation, and social interaction to increase public health and sense of place. DISCUSSION: AREAS FOR FURTHER WORK The city should address the following comments at the earliest opportunity through future amendments to the comprehensive plan, subarea plans, or functional plans: □ Both downtown Kent and the Kent manufacturing/industrial center have important roles to play in accommodating future growth in the region. The city has developed a Downtown Action Plan and has included Policy LU-12.4 to create a comprehensive subarea plan for the Kent manufacturing/industrial center. The city should ensure that it addresses several centers planning expectations, including: o As called for in VISION 2040 (DP-Action-18), the city should adopt mode split goals for the regional centers. PSRC recently produced additional guidance about setting mode split goals that the city may find helpful in this work. o Policy LU-12.4, which addresses the subarea planning needs for the regional manufacturing/industrial center, should be implemented in the near term. VISION 2040 includes an action for jurisdictions with regional centers to develop subarea plans (DP-Action-17), and PSRC will be certifying center plans for consistency with regional policies and procedures. The subarea planning proposed will help the city both achieve its vision for the area as well as address regional center expectations in the center plan checklist. Housing SCOPE OF REVIEW VISION 2040 calls for local comprehensive plans to address the following housing policy topics: Increased housing production opportunities, including diverse types and styles for all income levels and demographic groups. Affordable housing needs, including an assessment of existing and future housing needs based on regional and local factors, including household income, demographics, special needs populations, and adequacy of existing housing stocks. Regional housing objectives in VISION 2040, including promotion of housing diversity and affordability, jobs-housing balance, housing in centers, and flexible standards and innovative techniques. DISCUSSION: EXEMPLARY PLAN PROVISIONS The city’s comprehensive plan effectively addresses the housing provisions contained in VISION 2040. Highlights include: Multiple policies that promote preservation of existing housing, including Policy H-1.5 to pursue comprehensive neighborhood preservation strategies for portions of the community that need reinvestment. Policy LU-7.4 and Goal LU-8 allow a diversity of single-family housing forms and strategies in all residential districts and encourage more flexible and innovative building design, street standards and site design for single-family and multifamily development. 89 PSRC Plan Review & Certification Recommendation City of Kent Comprehensive Plan Page 6 of 8 Policies to address the spectrum of housing affordability needs by providing rental and homeownership assistance, by utilizing density bonuses, fee reductions, or other regulatory incentives for affordable housing, and by exploring collaborations with other South King County jurisdictions to assess housing needs, coordinate funding, increase capacity, and find cost efficiencies. (Policies H-3.2, H-4.3, and H-4.5) DISCUSSION: AREAS FOR FURTHER WORK The certification review did not identify any major areas for improvement of the plan to better align with regional guidelines and principles on housing. Economy SCOPE OF REVIEW VISION 2040 calls for local comprehensive plans to address the following economic development policy topics: Include an economic development element that addresses: business, people, and places. Retention and recruitment efforts that support family wage jobs, industry clusters that export goods and services, and small businesses that are locally owned. Equitable benefits and impacts, including provisions and programs that promote economic vitality in distressed areas or areas with disadvantaged populations. Adequate housing growth in centers through collaboration with the private sector and provision of infrastructure. DISCUSSION: EXEMPLARY PLAN PROVISIONS The city’s comprehensive plan effectively addresses many of the economic provisions of VISION 2040. Highlights include: An economic development element with goals and implementation strategies, including focusing on city image and branding, place-making, business climate, industrial cluster growth and retention, and workforce development. Provisions to foster inclusiveness, showcase community diversity, and promote access to jobs and services, especially for lower-income individuals, when planning local and regional transportation systems and economic development activities (Policy HS-2.32, Goal E-4). DISCUSSION: AREAS FOR FURTHER WORK The certification review did not identify any major areas for improvement of the plan to better align with regional guidelines and principles on economic development. Transportation SCOPE OF REVIEW VISION 2040 and Transportation 2040 call for local comprehensive plans to address the following transportation policy topics: Maintenance, management, and safety, including clean transportation with reductions in pollution and greenhouse gas emissions, environmental factors, health and safety, stable and predictable funding sources, system and demand management strategies, and security and emergency response. Support for the regional growth strategy, including system improvements that align with planned growth, prioritized investments that support compact development in centers, joint- and mixed-use development, complete streets and improvements to promote biking and walking, and context-sensitive design. Improved transportation options and mobility, including alternatives to driving alone, facilities and services for special needs transportation, avoidance of new or expanded facilities in rural areas, and financing methods. 90 PSRC Plan Review & Certification Recommendation City of Kent Comprehensive Plan Page 7 of 8 Linking land use and transportation, including integrating Transportation 2040 physical design guidelines in planning for centers and transit station areas, and land development tools that promote transportation alternatives. DISCUSSION: EXEMPLARY PLAN PROVISIONS The Kent comprehensive plan addresses the major transportation emphases in VISION 2040 and Transportation 2040, including maintenance, management, and safety; support for the Regional Growth Strategy; and providing greater options and mobility. Highlights include: Goals and policies support transit use through coordination with transit agencies, implementing Kent’s Transit System Plan, fostering transit-oriented development opportunities, providing transit stop amenities, and other actions to create a transit-supportive environment (Policies T-5.1 – 5.5). Level-of-service standards for vehicle, transit, pedestrian, and bicycle travel, as well as a policy to consider incorporating multiple modes into the city’s concurrency program during the next update of the Transportation Master Plan (T-1.10). The plan also includes tailoring transportation levels-of-service to facilitate medium- to high-density development in the regional growth center and designated Activity Centers. Policy T-2.3 to prepare for, respond to, mitigate and recover from disasters as provided for in the City of Kent Comprehensive Emergency Management Plan. DISCUSSION: AREAS FOR FURTHER WORK The certification review did not identify any major areas for improvement of the plan to better align with regional guidelines and principles on transportation (see comments addressing Growth Management Act transportation planning requirements on page 3 of this report). Public Services SCOPE OF REVIEW VISION 2040 calls for local comprehensive plans to address the following public services policy topics: Promote more efficient use of existing services, such as waste management, energy, and water supply, through conservation – including demand management programs and strategies. Promote renewable energy and alternative energy sources. Plan for long-term water needs, including conservation, reclamation and reuse. DISCUSSION: EXEMPLARY PLAN PROVISIONS The Kent comprehensive plan update contains policies that address the public services provisions of VISION 2040. Highlights include: Policies promoting water conservation through use of native and drought-resistant plants, documenting water use on customer bills to encourage conservation, implementing a water structure that promotes efficient use of water, promoting rainwater collection, and plan monitoring (Policies U-6.1, U-6.4, U-6.5, U-6.6, U-12.3) Policies U-15.1 and 15.2 call for waste diversion and promoting stewardship through recycling, composting, and purchase of environmentally preferable products. DISCUSSION: AREAS FOR FURTHER WORK The certification review did not identify any major areas for improvement of the plan to better align with regional guidelines and principles on public services. 91 PSRC Plan Review & Certification Recommendation City of Kent Comprehensive Plan Page 8 of 8 Conclusion PSRC staff thanks the city for working through the plan review and certification process. PSRC is available to provide assistance for future plan updates. Additional planning resources can also be found at http://www.psrc.org/growth/planreview/resources/. If the city has questions or needs additional information, please contact Liz Underwood-Bultmann at 206-464-6174 or LUnderwood-Bultmann@psrc.org. 92 PUBLIC WORKS DEPARTMENT Timothy J. LaPorte, Director Phone: 253-856-5500 Fax: 253-856-6500 220 Fourth Avenue South Kent, WA 98032 DATE: April 2 2018 TO: Public Works Committee FROM: April Delchamps, MPA, Senior Transportation Planner SUBJECT: 2019-2024 Six-Year Transportation Improvement Program (TIP) SUMMARY: The Draft 2019-2024 Six-Year TIP represents the City’s proposed transportation improvement work program for the next six years. Per RCW 35.77.010, the six-year plan for each city shall specifically identify projects and programs of regional significance for inclusion in the transportation improvement program within that region. The TIP is required to be consistent with the Kent Comprehensive Plan. Including projects in the Six-Year TIP allows the City to leverage city funds with grants. Most State and Federal agencies require that projects be included in a City’s adopted Six-Year TIP as a requirement for grant submittal. EXHIBITS: None BUDGET IMPACT: None STRATEGIC PLAN GOAL(S): ☒ Authentic Connectivity and Communication - Uniting people to people, to places, and to their government through superior infrastructure, enriched community interactions, and responsive, trusting relationships. Information Only/No Motion Required 93 This page intentionally left blank 94 PUBLIC WORKS DEPARTMENT Timothy J. LaPorte, P.E., Director Phone: 253-856-5500 Fax: 253-856-6500 220 Fourth Avenue South Kent, WA 98032 DATE: April 2, 2018 TO: Public Works Committee FROM: Tim LaPorte, P.E. Public Works Director SUBJECT: Information Only - 228th Street Corridor Union Pacific Railroad Overpass Update on the Right of Way Acquisition SUMMARY: Staff will provide a brief update to the Committee members on the acquisition progress required to move this project into construction. EXHIBITS: None BUDGET IMPACT: N/A STRATEGIC PLAN GOAL(S): ☒ Authentic Connectivity and Communication - Uniting people to people, to places, and to their government through superior infrastructure, enriched community interactions, and responsive, trusting relationships. Information Only/No Motion Required 95 This page intentionally left blank 96 PUBLIC WORKS DEPARTMENT Timothy J. LaPorte, P.E., Director Phone: 253-856-5500 Fax: 253-856-6500 220 Fourth Avenue South Kent, WA 98032 DATE: March 19, 2018 TO: Public Works Committee FROM: Chad Bieren, P.E. Deputy Director / City Engineer SUBJECT: Information Only/Quiet Zone Update SUMMARY: Staff will give an update on the status of the Quiet Zone. EXHIBITS: None BUDGET IMPACT: N/A STRATEGIC PLAN GOAL(S): ☒ Thriving Neighborhoods and Urban Centers - Creating vibrant urban centers, welcoming neighborhoods, and green spaces for healthy growth and cultural celebration. ☒ Sustainable Funding - Maximizing long-term financial success through responsible fiscal oversight, economic growth, a nd community partnerships. No Motion Required/Information Only 97