Loading...
HomeMy WebLinkAboutCity Council Committees - Public Works Committee - 05/02/2022 Public Works Committee • Monday, May 2, 2022 KEN T 4:00 PM WASHINGTON Chambers To listen to this meeting, call 1-888-475-4499 or 1-877-853-5257 and enter Meeting ID 823 0573 9601 Chair Brenda Fincher Councilmember Satwinder Kaur Councilmember Marli Larimer ************************************************************** Item Description Action Speaker Time 1. Call to Order Chair 2. Roll Call Chair 3. Agenda Approval Chair 4. Business Chair A. Approval of Minutes YES Approval of April 18, 2022 YES Chair 01 MIN. Minutes B. Consultant Agreement with YES Eric Connor 05 MIN. KBA, Inc. for the S. 212th Street Preservation Project - Authorize C. 76th Avenue S - North YES Cheryl Rolcik-Wilcox 05 MIN. Segment Project - Utility Easement and Temporary Construction Easement - Authorize D. Consultant Services YES Drew Holcomb 10 MIN. Agreement with Consor Unless otherwise noted, the Public Works Committee meets at 4 p.m. on the first and third Mondays of each month in the Kent City Hall, Council Chambers, 220 Fourth Avenue South, Kent, WA 98032. For additional information please contact Nancy Yoshitake at 253-856-5508, or email NYoshitakeCa)kentwa.gov, or Cheryl Viseth at 253-856-5504, or email Cviseth@kentwa.gov. 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 7-1-1. Public Works Committee CC PW Regular Meeting May 2, 2022 North America, Inc. DBA Murraysmith, Inc. for the Sanitary Sewer Comp Plan - Authorize E. Russell Road - Meeker to YES Drew Holcomb 05 MIN. Hogan Complete Streets, TIB Grant Acceptance - Authorize F. Meeker Street Multimodal, YES Drew Holcomb 05 MIN. Kent Elementary School, PSRC TAP Grant Acceptance - Authorize G. INFO ONLY: 2023-2028 Six- NO Rob Brown 15 MIN. Year Transportation Improvement Program 5. Adjournment Chair Pending Approval Public Works Committee KENT CC PW Regular Meeting WA9H... Minutes April 18, 2022 Date: April 18, 2022 Time: 4:00 p.m. Place: Chambers Members: Brenda Fincher, Committee Chair Satwinder Kaur, Councilmember Marli Larimer, Councilmember N d Agenda: 1. Call to Order 4:00 p.m. o 2. Roll Call L a Q. Attendee Name Title Status Arrived a Brenda Fincher Committee Chair Present a. a Satwinder Kaur Councilmember Present o Marli Larimer Councilmember Present N N 3. Agenda Approval N C 4. Approval of Minutes L a 1. Approval of Minutes dated April 4, 2022 0 The minutes of the April 4, 2022 Public Works Committee meeting were approved without changes. MOTION: Move to approve the Minutes dated April 4, 2022 as RESULT: APPROVED [UNANIMOUS] MOVER: Marli Larimer, Councilmember SECONDER: Satwinder Kaur, Councilmember Q AYES: Fincher, Kaur, Larimer 5. Business 1. Consultant Services Agreement with KBA, Inc. for the Rock Creek Culvert Project - Authorize Construction Supervisor, Jason Barry noted that the Summit Landsburg Road and Rock Creek Culvert Replacement project is located in the City of Kent Clark Springs Watershed just east of Maple Valley. This is a water utility funded project that will replace three existing 36-inch culverts with a new two-lane bridge, restoring Rock Creek's streambed allowing fish passage to return where the creek crosses the road. ......................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Page I of 3 Packet Pg. 3 Public Works Committee CC PW Regular Meeting April 18, 2022 Minutes Kent, Washington This consultant contract is needed to provide on-site inspection services while assisting with contract administration, construction management, and overall quality control. Through our selection process we have selected KBA, Inc. They specialize in providing construction management and contract administration on capital improvement projects throughout the Puget Sound region. Barry noted a detour will be in place until the project is complete. MOTION: I move to authorize the Mayor to sign the consultant services agreement with KBA, Inc. in the amount of $206,771.00, for contract administration, management, quality control and inspection on the Summit Landsburg Road and Rock Creek Culvert Replacement 4- project, subject to final terms and conditions acceptable to the Public ° Works Director and City Attorney. o L Q RESULT: MOTION PASSES [UNANIMOUS] Next: 5/3/2022 7:00 PM Q MOVER: Satwinder Kaur, Councilmember SECONDER: Marli Larimer, Councilmember (L AYES: Fincher, Kaur, Larimer o 2. Federal Way Link Extension Station Naming Resolution - Adopt o Deputy Public Works Director - Engineering, Kelly Peterson noted the City C has worked with Sound Transit on the development of the Federal Way Link L Extension light rail system for over 10 years, which is scheduled to open for Q revenue service in late 2024. The project includes two stations within the o City of Kent: one adjacent to 30t" Avenue South, just south of Kent Des Moines Road; and the second located on the former Star Lake Park and Ride. Sound Transit updated its station naming policy in the fall of 2021 due to 6 confusion with the University Street Station in downtown Seattle vs. the University of Washington. Sound Transit's station naming policy prioritizes station names in the following order: 1) city; 2) neighborhood; 3) landmark; and 4) street or a combination of a city or neighborhood. a a� r The names "Kent Des Moines Station" and "Star Lake Station" meet Sound � Transit's naming criteria and provide the best context with regard to geographic location to users of the regional light rail system. The Sound Transit System Expansion Committee is scheduled to make a recommendation to Sound Transit's full board for a final decision in May. MOTION: I move to adopt a resolution recommending the Sound Transit Board name the light rail station adjacent to 301'' Avenue South ""Kent Des Moines Station" and the station adjacent to S. 272nd Street ""Star Lake Station." ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ Page 2 of 3 Packet Pg. 4 Public Works Committee CC PW Regular Meeting April 18, 2022 Minutes Kent, Washington RESULT: MOTION PASSES [UNANIMOUS] Next: 5/3/2022 7:00 PM MOVER: Marli Larimer, Councilmember SECONDER: Satwinder Kaur, Councilmember AYES: Fincher, Kaur, Larimer 3. INFO ONLY: Residential Traffic Calming Traffic Engineer III, Honey Maria stated the new Residential Traffic Calming Program ("RTCP") was adopted June 2020, with a minor revision adopted in April 2022, to better address neighborhood livability concerns. The program continues to be popular among residents. We received a total of 33 traffic calming requests in 2021 and five requests so far in 2022, indicating the program is in demand. Staff will give an update on status of the RTCP and 4- the number of requests in each phase of the process. 0 0 The last RTCP update to Council was September 20, 2021. Since then, there a have been nine new RTCP requests made by residents. Staff have scheduled a and evaluated several traffic studies. Staff have also conducted nine neighborhood meetings for the requests that meet the RTCP qualifications; a 0 developed five conceptual traffic calming plans; and completed the voting o process for one neighborhood with plans for four more neighborhood votes N underway. N 6. Adjournment 4:28 p.m. L The meeting was adjourned at 4:28 pm. a 0 Che4lyb Committee Secretary a� c a a� a r ......................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Page 3 of 3 Packet Pg. 5 4.6 PUBLIC WORKS COMMITTEE Chad Bieren, P.E. 220 Fourth Avenue South KENT Kent, WA 98032 WASHINGTON 253-856-5500 DATE: May 2, 2022 TO: Public Works Committee SUBJECT: Consultant Agreement with KBA, Inc. for the S. 212th Street Preservation Project - Authorize MOTION: I move to authorize the Mayor to sign the Consultant Agreement with KBA, Inc. in the amount of $20S,032 for contract administration, management, quality control, and inspection of the S 212th St Preservation (Green River Bridge to Orillia Rd) project, subject to final terms and conditions acceptable to the Public Works Director and City Attorney. SUMMARY: The S 212t" Street Preservation project runs from the Green River Bridge to Orillia Road. This is a federally funded project that includes new asphalt pavement, channelization, and curb ramps on S 212t" Street. This consultant contract is needed to provide a Resident Engineer, Inspector, and subconsultants to perform contract administration, construction management, quality control, and inspection on this federally funded project. Our consultant selection process follows Washington State Department of Transportation Local Agency Guideline Manual guidelines. Based on the selection process, staff recommends KBA, Inc. KBA specializes in providing construction management and contract administration on federally funded capital improvement projects for local municipalities throughout Puget Sound. The funding agency requires 19% Disadvantaged Business Enterprise (DBE) participation in contracts during the construction phase of the project. The required DBE participation will be met by KBA via subconsultant contracts with HWA Geosciences, Inc. (quality control) and Jimale Technical Services (contract administration). BUDGET IMPACT: The project will be paid for using a Puget Sound Regional Council Grant, and Business and Occupation Tax Funds. SUPPORTS STRATEGIC PLAN GOAL: Evolving Infrastructure - Connecting people and places through strategic investments in physical and technological infrastructure. ATTACHMENTS: 1. Agreement (PDF) Packet Pg. 6 4.B.a Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreemen Agreement Number: Firm/Organization Legal Name (do not use dba's): KBA, Inc. Address Federal Aid Number m 0 11201 SE 8th Street, Suite 160, Bellevue, WA 98004 STPUL-1250(010) a. c UBI Number Federal TIN ° c� 601 -426-427 91 -181416 Execution Date Completion Date a 06/30/2023 1099 Form Required Federal Participation N ❑ Yes ❑■ No ■❑ Yes ❑ No N vi Project Title ° t S. 212th St. Preservation (Green River Bridge to Orillia Rd./Kent City Limits) o Description of Work The Consultant shall provide Construction Management Services for the project which will include m consultation, contract administration, field observation, documentation, and material testing. For a description, see the Consultant's Scope of Services which is attached as Exhibit A and incorporated by this reference. 3 a� E L Q ❑■ Yes ❑ No DBE Participation Maximum Amount Payable:$205,032 v ❑ Yes ❑■ No MBE Participation M ❑ Yes ❑■ No WBE Participation ❑ Yes ❑■ No SBE Participation c m E m Index of Exhibits a Exhibit A Scope of Work r c Exhibit B DBE Participation Exhibit C Preparation and Delivery of Electronic Engineering and Other Data Exhibit D Prime Consultant Cost Computations r Exhibit E Sub-consultant Cost Computations Q Exhibit F Title VI Assurances Exhibit G Certification Documents Exhibit H Liability Insurance Increase Exhibit I Alleged Consultant Design Error Procedures Exhibit J Consultant Claim Procedures LA10247 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0210112021 Packet Pg. 7 4.B.a THIS AGREEMENT, made and entered into as shown in the "Execution Date" box on page one (1) of this AGREEMENT, between the City of Kent hereinafter called the "AGENCY," and the "Firm / Organization Name" referenced on page one (1) of this AGREEMENT, hereinafter called the "CONSULTANT." WHEREAS, the AGENCY desires to accomplish the work referenced in "Description of Work" on page one (1) of this AGREEMENT and hereafter called the "SERVICES;" and does not have sufficient staff to meet the required commitment and therefore deems it advisable and desirable to engage the assistance of a CONSULTANT to provide the necessary SERVICES; and WHEREAS, the CONSULTANT represents that they comply with the Washington State Statutes relating to a professional registration, if applicable, and has signified a willingness to furnish consulting services to the c AGENCY. NOW, THEREFORE, in consideration of the terms, conditions, covenants, and performance contained herein, or y attached and incorporated and made a part hereof, the parties hereto agree as follows: a I. General Description of Work N T The work under this AGREEMENT shall consist of the above-described SERVICES as herein defined, and " necessary to accomplish the completed work for this project. The CONSULTANT shall furnish all services, z labor, and related equipment and, if applicable, sub-consultants and subcontractors necessary to conduct and L complete the SERVICES as designated elsewhere in this AGREEMENT. ° c II. General Scope of Work Y m The Scope of Work and projected level of effort required for these SERVICES is described in Exhibit "A" 3 attached hereto and by this reference made a part of this AGREEMENT. The General Scope of Work was c developed utilizing performance based contracting methodologies. d E N d L 0) III. General Requirements a All aspects of coordination of the work of this AGREEMENT with outside agencies, groups, or individuals shall receive advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups, and/or individuals shall be coordinated through the AGENCY. The CONSULTANT shall attend coordination, progress, 6 and presentation meetings with the AGENCY and/or such State, Federal, Community, City, or County officials, an' groups or individuals as may be requested by the AGENCY. The AGENCY will provide the CONSULTANT M sufficient notice prior to meetings requiring CONSULTANT participation. The minimum required hours or days' notice shall be agreed to between the AGENCY and the CONSULTANT and shown in Exhibit"A." The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, which will a outline in written and graphical form the various phases and the order of performance of the SERVICES in a sufficient detail so that the progress of the SERVICES can easily be evaluated. d The CONSULTANT,any sub-consultants, and the AGENCY shall comply with all Federal, State, and local laws, E rules, codes, regulations, and all AGENCY policies and directives, applicable to the work to be performed under this AGREEMENT. This AGREEMENT shall be interpreted and construed in accordance with the laws of the Q State of Washington. Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0210112021 Packet Pg. 8 4.B.a Participation for Disadvantaged Business Enterprises (DBE) or Small Business Enterprises (SBE), if required, per 49 CFR Part 26, shall be shown on the heading of this AGREEMENT. If DBE firms are utilized at the commencement of this AGREEMENT, the amounts authorized to each firm and their certification number will be shown on Exhibit `B" attached hereto and by this reference made part of this AGREEMENT. If the Prime CONSULTANT is, a DBE certified firm they must comply with the Commercial Useful Function (CUF) regulation outlined in the AGENCY's "DBE Program Participation Plan" and perform a minimum of 30% of the total amount of this AGREEMENT. It is recommended, but not required, that non-DBE Prime CONSULTANTS perform a minimum of 30% of the total amount of this AGREEMENT. In the absents of a mandatory DBE goal, a voluntary SBE goal amount of ten percent of the Consultant o L Agreement is established. The Consultant shall develop a SBE Participation Plan prior to commencing work. a Although the goal is voluntary, the outreach efforts to provide SBE maximum practicable opportunities are not. o The CONSULTANT, on a monthly basis, shall enter the amounts paid to all firms (including Prime) involved with this AGREEMENT into the wsdot.diversitycompliance.com program. Payment information shall identify any DBE Participation. a` All Reports, PS&E materials, and other data furnished to the CONSULTANT by the AGENCY shall be returned. s All electronic files, prepared by the CONSULTANT, must meet the requirements as outlined in Exhibit "C N T —Preparation and Delivery of Electronic Engineering and other Data." N v6 All designs, drawings, specifications, documents, and other work products, including all electronic files, prepared by the CONSULTANT prior to completion or termination of this AGREEMENT are instruments of c service for these SERVICES, and are the property of the AGENCY. Reuse by the AGENCY or by others, acting through or on behalf of the AGENCY of any such instruments of service, not occurring, as a part of this SERVICE, shall be without liability or legal exposure to the CONSULTANT. m Any and all notices or requests required under this AGREEMENT shall be made in writing and sent to the other party by(i) certified mail, return receipt requested, or(ii)by email or facsimile, to the address set forth 3 below: If to AGENCY: If to CONSULTANT: E Name: Eric Connor Name: Cameron Bloomer i Agency: City of Kent Agency: KBA,Inc. a Address: 220 4th Avenue S. Address: 11201 SE 8th Street,Suite 160 City: Kent State:WA Zip: 98032 City: Bellevue State: WA Zip: 98004 Email: EConnor@KentWA.gov Email: cbloomer@kbacm.co Phone: (253)856-5533 Phone: m(206)819-7148 U Facsimile: (253)856-6500 Facsimile: (425)455-9732 CD M T M IV. Time for Beginning and Completion The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authorized in writing by the AGENCY. All work under this AGREEMENT shall conform to the criteria agreed upon detailed in the AGREEMENT documents. These SERVICES must be completed by the date shown in the heading of this a AGREEMENT titled"Completion Date." The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the AGENCY in the event of a delay attributable to the AGENCY, or because of unavoidable delays caused by an act of GOD, governmental actions, or other conditions beyond the control of the a CONSULTANT. A prior supplemental AGREEMENT issued by the AGENCY is required to extend the established completion time. LA10247 Local Agency A&E Professional Services Agreement Numbe Negotiated Hourly Rate Consultant Agreement Revised 0210112021 Packet P9. 9 4.B.a V. Payment Provisions The CONSULTANT shall be paid by the AGENCY for completed SERVICES rendered under this AGREEMENT as provided hereinafter. Such payment shall be full compensation for SERVICES performed or SERVICES rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete SERVICES. The CONSULTANT shall conform to all applicable portions of 48 CFR Part 31 (www.ecfr.gov). A. Hourly Rates: Hourly rates are comprised of the following elements - Direct(Raw) Labor, Indirect Cost Rate, and Fee (Profit). The CONSULTANT shall be paid by the AGENCY for work done, based upon the negotiated hourly rates shown in Exhibits "D" and "E" attached hereto and by reference made part of this AGREEMENT. These negotiated hourly rates will be accepted based on a review of the CONSULTANT's a direct labor rates and indirect cost rate computations and agreed upon fee. The accepted negotiated rates c shall be memorialized in a final written acknowledgment between the parties. Such final written acknowledgment shall be incorporated into, and become a part of, this AGREEMENT. The initially accepted negotiated rates shall be applicable from the approval date, as memorialized in a final written 2 acknowledgment, to 180 days following the CONSULTANT's fiscal year end(FYE) date. a The direct (raw) labor rates and classifications, as shown on Exhibits "D" and "E" shall be subject to u renegotiations for each subsequent twelve (12) month period (180 days following FYE date to 180 days r following FYE date) upon written request of the CONSULTANT or the AGENCY. The written request must be made to the other party within ninety (90) days following the CONSULTANT's FYE date. If no such z written request is made, the current direct (raw) labor rates and classifications as shown on Exhibits "D" and L "E"will remain in effect for the twelve (12) month period. ,° ts Conversely, if a timely request is made in the manner set forth above, the parties will commence negotiations to determine the new direct (raw) labor rates and classifications that will be applicable for the twelve (12 m month period. Any agreed to renegotiated rates shall be memorialized in a final written acknowledgment between the parties. Such final written acknowledgment shall be incorporated into, and become a part of, this 3 AGREEMENT. If requested, the CONSULTANT shall provide current payroll register and classifications to aid in negotiations. If the parties cannot reach an agreement on the direct (raw) labor rates and classifications, E the AGENCY shall perform an audit of the CONSULTANT's books and records to determine the a CONSULTANT's actual costs. The audit findings will establish the direct (raw) labor rates and a classifications that will applicable for the twelve (12)month period. The fee as identified in Exhibits "D" and"E" shall represent a value to be applied throughout the life of the AGREEMENT. c The CONSULTANT shall submit annually to the AGENCY an updated indirect cost rate within 180 days of the close of its fiscal year. An approved updated indirect cost rate shall be included in the current fiscal year T rate under this AGREEMENT, even if/when other components of the hourly rate are not renegotiated. These rates will be applicable for the twelve (12) month period. At the AGENCY's option, a provisional and/or conditional indirect cost rate may be negotiated. This provisional or conditional indirect rate shall remain in a effect until the updated indirect cost rate is completed and approved. Indirect cost rate costs incurred during the provisional or conditional period will not be adjusted. The CONSULTANT may request an extension of a the last approved indirect cost rate for the twelve (12) month period. These requests for provisional indirect cost rate and/or extension will be considered on a case-by-case basis, and if granted, will be memorialized in a final written acknowledgment. The CONSULTANT shall maintain and have accessible support data for verification of the components of Q the hourly rates, i.e., direct (raw) labor, indirect cost rate, and fee (profit) percentage. The CONSULTANT shall bill each employee's actual classification, and actual salary plus indirect cost rate plus fee. LA10247 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0210112021 Packet Pg. 10 4.B.a A. Direct Non-Salary Costs: Direct Non-Salary Costs will be reimbursed at the actual cost to the CONSULTANT. These charges may include, but are not limited to, the following items: travel, printing, long distance telephone, supplies, computer charges, and fees of sub-consultants. Air or train travel will be reimbursed only to lowest price available, unless otherwise approved by the AGENCY. The CONSULTANT shall comply with the rules and regulations regarding travel costs (excluding air, train, and rental car costs) in accordance with the WSDOT's Accounting Manual M 13-82, Chapter 10—Travel Rules and Procedures, and all revisions thereto. Air, train, and rental card costs shall be reimbursed in accordance with 48 Code of Federal Regulations (CFR) Part 31.205-46 "Travel Costs." The billing for Direct Non-salary Costs shall include an itemized listing of the charges directly identifiable with these SERVICES. The CONSULTANT shall maintain the original supporting documents in their office. Copies of the original supporting documents 0- shall be supplied to the STATE upon request. All above charges must be necessary for the SERVICES provided under this AGREEMENT. ° ° B. Maximum Amount Payable: The Maximum Amount Payable by the AGENCY to the CONSULTANT under this AGREEMENT shall not exceed the amount shown in the heading of this AGREEMENT on page one L (I.) The Maximum Amount Payable does not include payment for extra work as stipulated in section XIII, a "Extra Work."No minimum amount payable is guaranteed under this AGREEMENT. Cn C. Monthly Progress Payments: Progress payments may be claimed on a monthly basis for all costs authorized r in A and B above. Detailed statements shall support the monthly billings for hours expended at the rates N established in Exhibit "D," including names and classifications of all employees, and billings for all direct a) non-salary expenses. To provide a means of verifying the billed salary costs for the CONSULTANT's employees, the AGENCY may conduct employee interviews. These interviews may consist of recording the names, titles, salary rates, and present duties of those employees performing work on the SERVICES at the time of the interview. Q m D. Final Payment: Final Payment of any balance due the CONSULTANT of the gross amount earned will be Y made promptly upon its verification by the AGENCY after the completion of the SERVICES under this 9 AGREEMENT, contingent upon receipt of all PS&E, plans, maps, notes, reports, electronic data, and other related documents, which are required to be furnished under this AGREEMENT. Acceptance of such Final Payment by the CONSULTANT shall constitute a release of all claims for payment, which the L CONSULTANT may have against the AGENCY unless such claims are specifically reserved in writing and a transmitted to the AGENCY by the CONSULTANT prior to its acceptance. Said Final Payment shall not, however, be a bar to any claims that the AGENCY may have against the CONSULTANT or to any remedies the AGENCY may pursue with respect to such claims. ° The payment of any billing will not constitute agreement as to the appropriateness of any item and at the time L? of final audit all required adjustments will be made and reflected in a final payment. In the event that such M final audit reveals an overpayment to the CONSULTANT, the CONSULTANT will refund such overpayment to the AGENCY within thirty (30) calendar days of notice of the overpayment. Such refund shall not constitute a waiver by the CONSULTANT for any claims relating to the validity of a finding by the AGENCY of overpayment. Per WSDOT's "Audit Guide for Consultants," Chapter 23 "Resolution Procedures," the CONSULTANT has twenty (20) working days after receipt of the final Post Audit to begin a the appeal process to the AGENCY for audit findings d E.Inspection of Cost Records: The CONSULTANT and their sub-consultants shall keep available for z inspection by representatives of the AGENCY and the United States, for a period of six (6) years after receipt of final payment, the cost records and accounts pertaining to this AGREEMENT and all items related to or Q bearing upon these records with the following exception: if any litigation, claim or audit arising out of, in connection with, or related to this AGREEMENT is initiated before the expiration of the six (6) year period, the cost records and accounts shall be retained until such litigation, claim, or audit involving the records is completed. An interim or post audit may be performed on this AGREEMENT. The audit, if any, will be performed by the State Auditor, WSDOT's Internal Audit Office and /or at the request of the AGENCY's Project Manager. LA10247 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0210112021 Packet Pg. 11 4.B.a VI. Sub-Contracting The AGENCY permits subcontracts for those items of SERVICES as shown in Exhibit "A" attached hereto and by this reference made part of this AGREEMENT. The CONSULTANT shall not subcontract for the performance of any SERVICE under this AGREEMENT without prior written permission of the AGENCY. No permission for subcontracting shall create, between the AGENCY and sub-consultant, any contract or any other relationship. Compensation for this sub-consultant SERVICES shall be based on the cost factors shown on Exhibit "E" a attached hereto and by this reference made part of this AGREEMENT. 0- The SERVICES of the sub-consultant shall not exceed its maximum amount payable identified in each sub c consultant cost estimate unless a prior written approval has been issued by the AGENCY. All reimbursable direct labor, indirect cost rate, direct non-salary costs and fee costs for the sub-consultant shall y be negotiated and substantiated in accordance with section V "Payment Provisions" herein and shall be 2 a. memorialized in a final written acknowledgment between the parties Cn All subcontracts shall contain all applicable provisions of this AGREEMENT, and the CONSULTANT shall N require each sub-consultant or subcontractor, of any tier, to abide by the terms and conditions of this N AGREEMENT. With respect to sub-consultant payment, the CONSULTANT shall comply with all applicable v6 sections of the STATE's Prompt Payment laws as set forth in RCW 39.04.250 and RCW 39.76.011. z The CONSULTANT, sub-recipient, or sub-consultant shall not discriminate on the basis of race, color, national ,o origin, or sex in the performance of this AGREEMENT. The CONSULTANT shall carry out applicable c requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the Q CONSULTANT to carry out these requirements is a material breach of this AGREEMENT, which may result in Y the termination of this AGREEMENT or such other remedy as the recipient deems appropriate. z r 3 c VII. Employment and Organizational Conflict of Interest E The CONSULTANT warrants that they have not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this contract, and that it has not a paid or agreed to pay any company or person, other than a bona fide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gift, or any other consideration, contingent N upon or resulting from the award or making of this contract. For breach or violation of this warrant, the c AGENCY shall have the right to annul this AGREEMENT without liability or, in its discretion, to deduct from �? this AGREEMENT price or consideration or otherwise recover the full amount of such fee, commission, M percentage, brokerage fee, gift, or contingent fee. Any and all employees of the CONSULTANT or other persons while engaged in the performance of any work or services required of the CONSULTANT under this AGREEMENT, shall be considered employees of the E CONSULTANT only and not of the AGENCY, and any and all claims that may arise under any Workmen's Compensation Act on behalf of said employees or other persons while so engaged, and any and all claims made a by a third party as a consequence of any act or omission on the part of the CONSULTANT's employees or other c persons while so engaged on any of the work or services provided to be rendered herein, shall be the sole E obligation and responsibility of the CONSULTANT. The CONSULTANT shall not engage, on a full- or part-time basis, or other basis, during the period of this Q AGREEMENT, any professional or technical personnel who are, or have been, at any time during the period of this AGREEMENT, in the employ of the United States Department of Transportation or the AGENCY, except regularly retired employees, without written consent of the public employer of such person if he/she will be working on this AGREEMENT for the CONSULTANT. Agreement Number: LA10247 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0210112021 1 Packet Pg. 12 4.B.a VIII. Nondiscrimination During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, sub-consultants, subcontractors and successors in interest, agrees to comply with the following laws and regulations: • Title VI of the Civil Rights Act of 1964 • Civil Rights Restoration Act of 1987 (Public Law (42 U.S.C. Chapter 21 Subchapter V § 100-259) 2000d through 2000d-4a) • American with Disabilities Act of 1990 (42 • Federal-aid Highway Act of 1973 (23 U.S.C. Chapter 126 § 12101 et. seq.) U.S.C. Chapter 3 § 324) • 23 CFR Part 200 ° a • Rehabilitation Act of 1973 • 49 CFR Part 21 0 (29 U.S.C. Chapter 16 Subchapter V § • 49 CFR Part 26 794) • RCW 49.60.180 • Age Discrimination Act of 1975 (42 a U.S.C. Chapter 76 § 6101 et. seq.) W In relation to Title VI of the Civil Rights Act of 1964, the CONSULTANT is bound by the provisions of Exhibit N "F" attached hereto and by this reference made part of this AGREEMENT, and shall include the attached Exhibit "F" in every sub-contract, including procurement of materials and leases of equipment, unless exempt z by the Regulations or directives issued pursuant thereto. c IX. Termination of Agreement E The right is reserved by the AGENCY to terminate this AGREEMENT at any time with or without cause upon m ten(10) days written notice to the CONSULTANT. Y z r In the event this AGREEMENT is terminated by the AGENCY, other than for default on the part of the 3 CONSULTANT, a final payment shall be made to the CONSULTANT for actual hours charged at the time of termination of this AGREEMENT, plus any direct non-salary costs incurred up to the time of termination of this E AGREEMENT. No payment shall be made for any SERVICES completed after ten (10) days following receipt by the CONSULTANT of the notice to terminate. If the accumulated payment made to the CONSULTANT prior to Notice of Termination exceeds the total amount that would be due when computed as set forth in paragraph two c (2) of this section, then no final payment shall be due and the CONSULTANT shall immediately reimburse the c°- AGENCY for any excess paid. a� M If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the M CONSULTANT,the above formula for payment shall not apply. In the event of a termination for default, the amount to be paid to the CONSULTANT shall be determined by the E AGENCY with consideration given to the actual costs incurred by the CONSULTANT in performing a SERVICES to the date of termination, the amount of SERVICES originally required which was satisfactorily a completed to date of termination, whether that SERVICE is in a form or a type which is usable to the AGENCY at the time of termination, the cost to the AGENCY of employing another firm to complete the SERVICES required and the time which may be required to do so, and other factors which affect the value to the AGENCY 0 of the SERVICES performed at the time of termination. Under no circumstances shall payment made under this Q subsection exceed the amount, which would have been made using the formula set forth in paragraph two (2) of this section. If it is determined for any reason, that the CONSULTANT was not in default or that the CONSULTANT's failure to perform is without the CONSULTANT's or its employee's fault or negligence, the termination shall be deemed to be a termination for the convenience of the AGENCY. In such an event, the CONSULTANT would be reimbursed for actual costs in accordance with the termination for other than default clauses listed previously. Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0210112021 1 Packet Pg. 13 4.B.a The CONSULTANT shall, within 15 days, notify the AGENCY in writing, in the event of the death of any member, partner, or officer of the CONSULTANT or the death or change of any of the CONSULTANT's supervisory and/or other key personnel assigned to the project or disaffiliation of any principally involved CONSULTANT employee. The CONSULTANT shall also notify the AGENCY, in writing, in the event of the sale or transfer of 50% or more of the beneficial ownership of the CONSULTANT within 15 days of such sale or transfer occurring. The CONSULTANT shall continue to be obligated to complete the SERVICES under the terms of this AGREEMENT unless the AGENCY chooses to terminate this AGREEMENT for convenience or chooses to 0 renegotiate any term(s) of this AGREEMENT. If termination for convenience occurs, final payment will be 'o made to the CONSULTANT as set forth in the second and third paragraphs of this section. a c Payment for any part of the SERVICES by the AGENCY shall not constitute a waiver by the AGENCY of any o remedies of any type it may have against the CONSULTANT for any breach of this AGREEMENT by the CONSULTANT,or for failure of the CONSULTANT to perform SERVICES required of it by the AGENCY. W L Forbearance of any rights under the AGREEMENT will not constitute waiver of entitlement to exercise those a Cn rights with respect to any future act or omission by the CONSULTANT. N X. Changes of Work N v6 The CONSULTANT shall make such changes and revisions in the completed work of this AGREEMENT as z necessary to correct errors appearing therein, without additional compensation thereof. Should the AGENCY c find it desirable for its own purposes to have previously satisfactorily completed SERVICES or parts thereof d changed or revised, the CONSULTANT shall make such revisions as directed by the AGENCY. This work shall E be considered as Extra Work and will be paid for as herein provided under section XIII"Extra Work." m Y XI. Disputes 3 Any disputed issue not resolved pursuant to the terms of this AGREEMENT shall be submitted in writing within m 10 days to the Director of Public Works or AGENCY Engineer, whose decision in the matter shall be final and E binding on the parties of this AGREEMENT; provided however, that if an action is brought challenging the Director of Public Works or AGENCY Engineer's decision, that decision shall be subject to judicial review. If a the parties to this AGREEMENT mutually agree, disputes concerning alleged design errors will be conducted r- under the procedures found in Exhibit "J". In the event that either party deem it necessary to institute legal 5 action or proceeding to enforce any right or obligation under this AGREEMENT, this action shall be initiated in c the Superior Court of the State of Washington, situated in the county in which the AGENCY is located. The Q parties hereto agree that all questions shall be resolved by application of Washington law and that the parties a; have the right of appeal from such decisions of the Superior Court in accordance with the laws of the State of M Washington. The CONSULTANT hereby consents to the personal jurisdiction of the Superior Court of the State of Washington, situated in the county in which the AGENCY is located. as XII. Legal Relations a The CONSULTANT, any sub-consultants, and the AGENCY shall comply with all Federal, State, and local c laws, rules, codes, regulations and all AGENCY policies and directives, applicable to the work to be performed E under this AGREEMENT. This AGREEMENT shall be interpreted and construed in accordance with the laws 0 of the State of Washington. 2 Q The CONSULTANT shall defend, indemnify, and hold the State of Washington (STATE) and the AGENCY and their officers and employees harmless from all claims, demands, or suits at law or equity arising in whole or in part from the negligence of, or the breach of any obligation under this AGREEMENT by, the CONSULTANT or the CONSULTANT's agents, employees, sub consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable; provided that nothing herein shall require a CONSULTANT LA10247 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0210112021 Packet Pg. 14 4.B.a to defend or indemnify the STATE and the AGENCY and their officers and employees against and hold harmless the STATE and the AGENCY and their officers and employees from claims, demands or suits based solely upon the negligence of, or breach of any obligation under this AGREEMENT by the STATE and the AGENCY, their agents, officers, employees, sub-consultants, subcontractors or vendors, of any tie , or any other persons for whom the STATE and/or the AGENCY may be legally liable; and provided further that if the claims or suits are caused by or result from the concurrent negligence of (a) the CONSULTANT or the CONSULTANT's agents, employees, sub-consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT is legally liable, and (b) the STATE and/or AGENCY, their agents, officers, employees, sub-consultants, subcontractors and or vendors, of any tier, or any other persons for whom the STATE and/or AGENCY may be legally liable, the defense and indemnity obligation shall be valid and a enforceable only to the extent of the CONSULTANT's negligence or the negligence of the CONSULTANT's c agents, employees, sub-consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable. This provision shall be included in any AGREEMENT between CONSULTANT and any sub-consultant, subcontractor and vendor, of any tier. L EL The CONSULTANT shall also defend, indemnify, and hold the STATE and the AGENCY and their officers Cn and employees harmless from all claims, demands, or suits at law or equity arising in whole or in part from the s .a alleged patent or copyright infringement or other allegedly improper appropriation or use of trade secrets, r patents, proprietary information, know-how, copyright rights or inventions by the CONSULTANT or the N CONSULTANT's agents, employees, sub-consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable, in performance of the Work under this L AGREEMENT or arising out of any use in connection with the AGREEMENT of methods, processes, designs, ° information or other items furnished or communicated to STATE and/or the AGENCY, their agents, officers and c employees pursuant to the AGREEMENT; provided that this indemnity shall not apply to any alleged patent or C copyright infringement or other allegedly improper appropriation or use of trade secrets, patents, proprietary Y information, know-how, copyright rights or inventions resulting from STATE and/or AGENCY's, their agents', r officers and employees' failure to comply with specific written instructions regarding use provided to STATE 3 and/or AGENCY, their agents, officers and employees by the CONSULTANT, its agents, employees, sub- consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable. The CONSULTANT's relation to the AGENCY shall be at all times as an independent contractor. Notwithstanding any determination by the Executive Ethics Board or other tribunal, the AGENCY may, in its sole discretion, by written notice to the CONSULTANT terminate this AGREEMENT if it is found after due c notice and examination by the AGENCY that there is a violation of the Ethics in Public Service Act, Chapter 0 42.52 RCW; or any similar statute involving the CONSULTANT in the procurement of, or performance under, M this AGREEMENT. M The CONSULTANT specifically assumes potential liability for actions brought by the CONSULTANT's own employees or its agents against the STATE and/or the AGENCY and, solely for the purpose of this E indemnification and defense, the CONSULTANT specifically waives any immunity under the state industrial insurance law, Title 51 RCW. The Parties have mutually negotiated this waiver. a Unless otherwise specified in this AGREEMENT, the AGENCY shall be responsible for administration of d construction contracts, if any, on the project. Subject to the processing of a new sole source, or an acceptable z supplemental AGREEMENT, the CONSULTANT shall provide On-Call assistance to the AGENCY during contract administration. By providing such assistance, the CONSULTANT shall assume no responsibility for Q proper construction techniques, job site safety, or any construction contractor's failure to perform its work in accordance with the contract documents. The CONSULTANT shall obtain and keep in force during the terms of this AGREEMENT, or as otherwise required, the following insurance with companies or through sources approved by the State Insurance Commissioner pursuant to Title 48 RCW. LA10247 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0210112021 1 Packet Pg. 15 4.B.a Insurance Coverage A. Worker's compensation and employer's liability insurance as required by the STATE. B. Commercial general liability insurance written under ISO Form CG 00 01 12 04 or its equivalent with minimum limits of one million dollars ($1,000,000.00)per occurrence and two million dollars ($2,000,000.00) in the aggregate for each policy period. C. Business auto liability insurance written under ISO Form CG 00 01 10 01 or equivalent providing coverage for any"Auto" (Symbol 1)used in an amount not less than a one million dollar($1,000,000.00) combined single limit for each occurrence. 2 L Excepting the Worker's Compensation Insurance and any Professional Liability Insurance, the STATE and AGENCY, their officers, employees, and agents will be named on all policies of CONSULTANT and any sub- 0 consultant and/or subcontractor as an additional insured (the "Als"), with no restrictions or limitations concerning products and completed operations coverage. This coverage shall be primary coverage and non- contributory and any coverage maintained by the AIs shall be excess over, and shall not contribute with, the a` additional insured coverage required hereunder. The CONSULTANT's and the sub-consultant's and/orCn subcontractor's insurer shall waive any and all rights of subrogation against the AIs. The CONSULTANT shall furnish the AGENCY with verification of insurance and endorsements required by this AGREEMENT. The N AGENCY reserves the right to require complete, certified copies of all required insurance policies at any time. v6 a) All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. The CONSULTANT shall submit a verification of insurance as outlined above within fourteen (14) ,o days of the execution of this AGREEMENT to: Name: Eric Connor Q Agency: City of Kent Y z Address: 220 4th Avenue S. 3 City: Kent State:WA Zip: 98032 Email: EConnor@KentWA.gov i Phone: (253) 856-5533 a c Facsimile:(253) 856-6500 No cancellation of the foregoing policies shall be effective without thirty (30) days prior notice to the c AGENCY. CD The CONSULTANT's professional liability to the AGENCY, including that which may arise in reference to r section IX "Termination of Agreement" of this AGREEMENT, shall be limited to the accumulative amount of the authorized AGREEMENT or one million dollars ($1,000,000.00), whichever is greater, unless the limit of liability is increased by the AGENCY pursuant to Exhibit H. In no case shall the CONSULTANT's professional liability to third parties be limited in any way. The parties enter into this AGREEMENT for the sole benefit of the parties, and to the exclusion of any third a r part, and no third party beneficiary is intended or created by the execution of this AGREEMENT. The AGENCY will pay no progress payments under section V "Payment Provisions" until the CONSULTANT has fully complied with this section. This remedy is not exclusive; and the AGENCY may take such other action Q as is available to it under other provisions of this AGREEMENT, or otherwise in law. LA10247 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0210112021 1 Packet Pg. 16 4.B.a XIII. Extra Work A. The AGENCY may at any time, by written order, make changes within the general scope of this AGREEMENT in the SERVICES to be performed. B. If any such change causes an increase or decrease in the estimated cost of, or the time required for, performance of any part of the SERVICES under this AGREEMENT, whether or not changed by the order, or otherwise affects any other terms and conditions of this AGREEMENT, the AGENCY shall make an equitable adjustment in the: (1) maximum amount payable; (2) delivery or completion schedule, or both; and (3) other affected terms and shall modify this AGREEMENT accordingly. C. The CONSULTANT must submit any"request for equitable adjustment," hereafter referred to as "CLAIM," a under this clause within thirty (30) days from the date of receipt of the written order. However, if the c AGENCY decides that the facts justify it, the AGENCY may receive and act upon a CLAIM submitted before final payment of this AGREEMENT. D. Failure to agree to any adjustment shall be a dispute under the section XI "Disputes" clause. However, L nothing in this clause shall excuse the CONSULTANT from proceeding with the AGREEMENT as changed. a Cn E. Notwithstanding the terms and conditions of paragraphs (A.) and (B.) above, the maximum amount payable for this AGREEMENT, shall not be increased or considered to be increased except by specific written r supplement to this AGREEMENT. v4 XIV. Endorsement of Plans L If applicable, the CONSULTANT shall place their endorsement on all plans, estimates, or any other engineering ° data furnished by them. XV. Federal Review a m The Federal Highway Administration shall have the right to participate in the review or examination of the r SERVICES in progress. 3 XVI. Certification of the Consultant and the Agency Attached hereto as Exhibit "G-I(a and b)" are the Certifications of the CONSULTANT and the AGENCY, Exhibit "G-2" Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary a Covered Transactions, Exhibit "G-3" Certification Regarding the Restrictions of the Use of Federal Funds for r- Lobbying and Exhibit "G-4" Certificate of Current Cost or Pricing Data. Exhibit "G-3" is required only in AGREEMENT's over one hundred thousand dollars ($100,000.00) and Exhibit "G-4" is required only in AGREEMENT's over five hundred thousand dollars ($500,000.00.) These Exhibits must be executed by the Q CONSULTANT, and submitted with the master AGREEMENT, and returned to the AGENCY at the address listed in section III "General Requirements" prior to its performance of any SERVICES under this M AGREEMENT. r c XVIL Complete Agreement E This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the parties. No agent, or representative of either party has authority to make, and the parties shall not be bound a by or be liable for, any statement, representation, promise or agreement not set forth herein. No changes, d amendments, or modifications of the terms hereof shall be valid unless reduced to writing and signed by the z parties as a supplement to this AGREEMENT. XVIII. Execution and Acceptance a This AGREEMENT may be simultaneously executed in several counterparts, each of which shall be deemed to be an original having identical legal effect. The CONSULTANT does hereby ratify and adopt all statements, representations, warranties, covenants, and AGREEMENT's contained in the proposal, and the supporting material submitted by the CONSULTANT, and does hereby accept this AGREEMENT and agrees to all of the terms and conditions thereof. LA10247 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0210112021 Packet Pg. 17 4.B.a XIX. Protection of Confidential Information The CONSULTANT acknowledges that some of the material and information that may come into its possession or knowledge in connection with this AGREEMENT or its performance may consist of information that is exempt from disclosure to the public or other unauthorized persons under either chapter 42.56 RCW or other local, state, or federal statutes ("State's Confidential Information"). The "State's Confidential Information" includes, but is not limited to, names, addresses, Social Security numbers, e-mail addresses, telephone numbers, financial profiles credit card information, driver's license numbers, medical data, law enforcement records (or any other information identifiable to an individual), STATE and AGENCY source code or object code, STATE a and AGENCY security data, non-public Specifications, STATE and AGENCY non-publicly available data, o proprietary software, STATE and AGENCY security data, or information which may jeopardize any part of the a c project that relates to any of these types of information. The CONSULTANT agrees to hold the State's o Confidential Information in strictest confidence and not to make use of the State's Confidential Information for any purpose other than the performance of this AGREEMENT, to release it only to authorized employees, sub- y consultants or subcontractors requiring such information for the purposes of carrying out this AGREEMENT, a and not to release, divulge, publish, transfer, sell, disclose, or otherwise make it known to any other party without the AGENCY's express written consent or as provided by law. The CONSULTANT agrees to release such information or material only to employees, sub-consultants or subcontractors who have signed a r nondisclosure AGREEMENT, the terms of which have been previously approved by the AGENCY. The CONSULTANT agrees to implement physical, electronic, and managerial safeguards to prevent unauthorized z access to the State's Confidential Information. L 0 Immediately upon expiration or termination of this AGREEMENT, the CONSULTANT shall, at the AGENCY's option: (i) certify to the AGENCY that the CONSULTANT has destroyed all of the State's Confidential Information; or (ii) returned all of the State's Confidential Information to the AGENCY; or (iii) m take whatever other steps the AGENCY requires of the CONSULTANT to protect the State's Confidential Y z Information. 3 As required under Executive Order 00-03, the CONSULTANT shall maintain a log documenting the following: the State's Confidential Information received in the performance of this AGREEMENT; the purpose(s) for E which the State's Confidential Information was received; who received, maintained, and used the State's Confidential Information; and the final disposition of the State's Confidential Information. The a CONSULTANT's records shall be subject to inspection, review, or audit upon reasonable notice from the AGENCY. The AGENCY reserves the right to monitor, audit, or investigate the use of the State's Confidential Information c collected, used, or acquired by the CONSULTANT through this AGREEMENT. The monitoring, auditing, or .. investigating may include, but is not limited to, salting databases. CD T Violation of this section by the CONSULTANT or its sub-consultants or subcontractors may result in termination of this AGREEMENT and demand for return of all State's Confidential Information, monetary damages, or penalties E a� It is understood and acknowledged that the CONSULTANT may provide the AGENCY with information, which i is proprietary and/or confidential during the term of this AGREEMENT. The parties agree to maintain the r confidentiality of such information during the term of this AGREEMENT and afterwards. All materials d containing such proprietary and/or confidential information shall be clearly identified and marked as z "Confidential" and shall be returned to the disclosing party at the conclusion of the SERVICES under this AGREEMENT. Q LA10247 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0210112021 1 Packet Pg. 18 4.B.a The CONSULTANT shall provide the AGENCY with a list of all information and materials it considers confidential and/or proprietary in nature: (a) at the commencement of the term of this AGREEMENT, or (b) as soon as such confidential or proprietary material is developed. "Proprietary and/or confidential information" is not meant to include any information which, at the time of its disclosure: (i) is already known to the other party; (ii) is rightfully disclosed to one of the parties by a third party that is not acting as an agent or representative for the other party; (iii) is independently developed by or for the other party; (iv) is publicly known; or (v) is generally utilized by unaffiliated third parties engaged in the same business or businesses as the CONSULTANT. The parties also acknowledge that the AGENCY is subject to Washington State and federal public disclosure o laws. As such, the AGENCY shall maintain the confidentiality of all such information marked proprietary and a. or confidential or otherwise exempt, unless such disclosure is required under applicable state or federal law. If a c public disclosure request is made to view materials identified as "Proprietary and/or confidential information" or otherwise exempt information, the AGENCY will notify the CONSULTANT of the request and of the date that y such records will be released to the requester unless the CONSULTANT obtains a court order from a court of a competent jurisdiction enjoining that disclosure. If the CONSULTANT fails to obtain the court order enjoining Cn disclosure, the AGENCY will release the requested information on the date specified. N The CONSULTANT agrees to notify the sub-consultant of any AGENCY communication regarding disclosure N that may include a sub-consultant's proprietary and/or confidential information. The CONSULTANT v6 notification to the sub-consultant will include the date that such records will be released by the AGENCY to the requester and state that unless the sub-consultant obtains a court order from a court of competent jurisdiction `o enjoining that disclosure the AGENCY will release the requested information. If the CONSULTANT and/or sub-consultant fail to obtain a court order or other judicial relief enjoining the AGENCY by the release date, the CONSULTANT shall waive and release and shall hold harmless and indemnify the AGENCY from all claims of m actual or alleged damages, liabilities, or costs associated with the AGENCY's said disclosure of sub- Y consultants' information. r 3 c m XX. Records Maintenance L During the progress of the Work and SERVICES provided hereunder and for a period of not less than six (6) a years from the date of final payment to the CONSULTANT, the CONSULTANT shall keep, retain, and r- maintain all "documents" pertaining to the SERVICES provided pursuant to this AGREEMENT. Copies of all "documents" pertaining to the SERVICES provided hereunder shall be made available for review at the CONSULTANT's place of business during normal working hours. If any litigation, claim, or audit is commenced, the CONSULTANT shall cooperate with AGENCY and assist in the production of all such C; documents. "Documents" shall be retained until all litigation, claims or audit findings have been resolved even M though such litigation, claim, or audit continues past the six (6) year retention period. c For purposes of this AGREEMENT, "documents" means every writing or record of every type and description, E including electronically stored information ("ESI"), that is in the possession, control, or custody of the a CONSULTANT, including, without limitation, any and all correspondences, contracts, AGREEMENTS, a appraisals, plans, designs, data, surveys, maps, spreadsheets, memoranda, stenographic or handwritten notes, c reports, records, telegrams, schedules, diaries, notebooks, logbooks, invoices, accounting records, work sheets, charts, notes, drafts, scribblings, recordings, visual displays, photographs, minutes of meetings, tabulations, computations, summaries, inventories, and writings regarding conferences, conversations or telephone conversations, and any and all other taped, recorded, written, printed or typed matters of any kind or description; Q every copy of the foregoing whether or not the original is in the possession, custody, or control of the CONSULTANT, and every copy of any of the foregoing, whether or not such copy is a copy identical to an original, or whether or not such copy contains any commentary or notation whatsoever that does not appear on the original. LA10247 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0210112021 Packet Pg. 19 4.B.a For purposes of this AGREEMENT, "ESI" means any and all computer data or electronic recorded media of any kind, including "Native Files", that are stored in any medium from which it can be retrieved and examined, either directly or after translation into a reasonably useable form. ESI may include information and/or documentation stored in various software programs such as Email, Outlook, Word, Excel, Access, Publisher, PowerPoint, Adobe Acrobat, SQL databases, or any other software or electronic communication programs or databases that the CONSULTANT may use in the performance of its operations. ESI may be located on network servers, backup tapes, smart phones, thumb drives, CDs, DVDs, floppy disks, work computers, cell phones, laptops, or any other electronic device that CONSULTANT uses in the performance of its Work or SERVICES hereunder, including any personal devices used by the CONSULTANT or any sub-consultant at home. 2 0 L "Native files" are a subset of ESI and refer to the electronic format of the application in which such ESI is a. normally created, viewed, and/or modified c co The CONSULTANT shall include this section XX "Records Maintenance" in every subcontract it enters into in relation to this AGREEMENT and bind the sub-consultant to its terms, unless expressly agreed to otherwise in writing by the AGENCY prior to the execution of such subcontract. aCn In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year shown in the "Execution Date"box on page one (1) of this AGREEMENT. N N C6 t L 0 V C Q m Signature Date Y z r 3 c m E a� a� L Slgrrature Date Q c c Any modification, change, or reformation of this AGREEMENT shall require approval as to form by the Office Q of the Attorney General. M T M a+ C d E N N L Q r d E V Q LA10247 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0210112021 1 Packet Pg. 20 4.B.a Exhibit A Scope of Worl Project No. as 0 L a. 0 Y L a. V/ N N 6 d t r L 0 V Q m Y 3 c m E a� m L Q 0 U M M M a+ C d d N L Q r V r a LA10247 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0210112021 Packet Pg. 21 4.B.a KBA, Inc. 4/19/2022 EXHIBIT SCOPE OF SERVICES for S. 212th St Pavement Preservation, Green River Bridge to Orillia Rd 2 KBA, Inc. (Consultant)will provide Construction Management(CM) services to the City of Kent(Client), o for the project known as S. 212th St Pavement Preservation, Green River Bridge to Orillia Rd a. (Project). These services will include consultation, contract administration, field observation, o documentation, and material testing, as required during the construction of the Project, as detailed below. s' Project Description: This project includes planing and HMA Overlay of S. 212th Street between the Green River Bridge and Orillia Rd. Other work elements include the replacement of curb ramps, installing a. pedestrian push buttons, sidewalk repairs, vehicle detection loops, and channelization. The Designer of Record on this Project is the City of Kent(Designer). z N N I. CONSTRUCTION MANAGEMENT SERVICES vi am A. Consultant Contract and Team Management: Provide overall day-to-day management of the t L Consultant contract and Team, including: ,o d 1. Decide on best modes and frequency of communication with Client and Designer. Liaison E and coordinate with Client on a regular basis to discuss Project issues and status. c m Y 2. Manage Consultant Team, comprised of Consultant's staff and its subconsultants, if any. Organize and layout work for Consultant Team. 3 c 3. Review monthly expenditures and Consultant Team scope activities. Prepare and submit to Client monthly, an invoice and progress report describing services provided that period. Prepare and submit reporting required by funding source(s), if any. Q Deliverables • Monthly invoices and progress reports c 0 B. Preconstruction Services c) 1. Review Contract Documents to familiarize team with Project requirements. M M 2. Organize and lead preconstruction conference: a. Prepare and distribute notices. b. Prepare agenda. E c. Conduct the meeting. d. Prepare and distribute meeting notes to attendees and affected agencies. a 3. Provide one set of preconstruction photographs. m Deliverables E t • Preconstruction Conference Notice, Agenda, and Notes c • Preconstruction photos, digital files on electronic storage medium Q C. Construction Phase Services — Contract Administration 1. Liaison with the Client, construction contractor, Designer, appropriate agencies, adjacent property owners, and utilities. P:\Public\PROJECTS\_In Design\20-3012 S 212th Orilla(City limits to Green River Bridge)\50 Consultant Selection&Contracts\50.9 Construction\KBA Contract Documents\KBA Proposal and Contract Request\KBA-SCOPE-TEMPLATE-Kent 212th GRB to Orillia Rd.docx 1 of 7 Packet Pg. 22 4.B.a KBA, Inc. 4/19/2022 2. In concurrence with Progress Estimates, provide the Client with brief construction progress reports, highlighting progress and advising of issues that are likely to impact cost, schedule, or quality/scope. 3. Schedule Review: a. Review construction contractor's schedules for compliance with Contract Documents. b. Monitor the construction contractor's conformance to schedule and request revised m schedules when needed. Advise Client of schedule changes. ° t2 4. Progress Meetings. Lead regular(usually weekly) progress meetings with the construction r_ contractor, including Client pre-briefing. Prepare weekly meeting agenda and meeting notes and distribute copies to attendees. Track outstanding issues on a weekly basis. m 5. Manage Submittal Process. Track and review, or cause to be reviewed by other appropriate party, work plans, shop drawings, samples, test reports, and other data submitted by the ti construction contractor, for general conformance to the Contract Documents. 6. Record of Materials. Maintain records of material compliance documentation received and advise Client of any known deficiencies. N 7. Prepare weekly statement of working days and distribute to the Client and Contractor. vi am 8. Manage RFI (Request for Information) process. Track and review/evaluate or cause to be r reviewed/evaluated by other appropriate party, RFIs. Manage responses to RFIs. L° 9. Change Management. Evaluate entitlement, and prepare scope, impact, and independent 0 estimate for change orders. Facilitate resolution of change orders. E .c 10. Monthly Pay Requests. Prepare monthly progress estimates for payment. Review payment m requests submitted by construction contractor for comparison and reconcile differences. Review with Client and construction contractor and recommend approval, as appropriate. 3 a. Evaluate construction contractor's Schedule of Values for lump sum items. Review the Contract Price allocations and verify that such allocations are made in accordance with E the requirements of the Contract Documents. m L 11. Notify construction contractor of work found in noncompliance with the requirements of the Q contract. +' c 12. Assist the Client in the investigation of malfunctions or failures observed during construction. rn 13. Public Information. Provide information for Client to prepare media communications and o public notices on Project status. Provide information for Client's inclusion into a Project v website and/or newsletter, if requested. a; M 14. Record Drawings. Review not less than monthly, the construction contractor's redline set of contract plans. Maintain a CM Team set of conformed drawings tracking plan changes, location of discovered anomalies and other items, as encountered by Consultant Team. Use these markups to check the progress of the Contractor-prepared Record Drawings. E 15. Document Control. Establish and maintain document filing and tracking systems, following L Client guidelines and meeting funding agency requirements. Collect, organize, and prepare a documentation on the Project. m a. If requested, one hard copy of files will be kept in the Project field office. E b. Electronic documentation will be stored in a Project Website, using SharePoint, managed c and hosted by the Consultant. The Client will be provided with licenses for their and the Q construction contractor's use of the SharePoint website during the Project. Consultant will provide one training session for Client and construction contractor users of the SharePoint system. P:\Public\PROJECTS\_In Design\20-3012 S 212th Orilla(City limits to Green River Bridge)\50 Consultant Selection&Contracts\50.9 Construction\KBA Contract Documents\KBA Proposal and Contract Request\KBA-SCOPE-TEMPLATE-Kent 212th GRB to Orillia Rd.docx 2 of 7 Packet Pg. 23 4.B.a KBA, Inc. 4/19/2022 c. The Project SharePoint site will transition to"read-only" access upon expiration of the Agreement, or upon project completion and transfer of final records, whichever occurs first. Transference of final records will include a digital copy of the files stored in the Project SharePoint site. Access to SharePoint will expire following that date. 16. To comply with Article XIX. Protection of Confidential Information of the LAG Agreement, maintain a log documenting the following: the State's Confidential Information received in the performance of this AGREEMENT; the purpose(s)for which the State's Confidential m Information was received; who received, maintained and used the State's Confidential L Information; and the final disposition of the State's Confidential Information. a. c 17. Project Closeout. If requested, prepare or assist with preparation of Certificate Letters of Substantial, Physical, and Final Completion for Client approval and signature, to include punch list. Prepare final pay estimate for Client approval and processing. N m 18. Final Records. Compile and convey final Project records, transferring to the Client for its a. archiving at final acceptance of the Project. Should Consultant's work end prior to full completion of the Project, its records will be transferred to the Client prior to departure from z the Project. Records will consist of electronic records on electronic storage medium, cm hardcopies can be provided upon request for additional cost. N vi Deliverables t r • Monthly Construction Progress Reports o • Schedule Review Comments '~ • Meeting Agendas and Notes c • Submittal Log Q • Record of Materials m • RFI Log • Change Order(s) 3 • Progress Pay Requests • Certificate Letters of Completion • Final records-electronic m L D. Construction Phase Services — Field Q 1. Observe the technical conduct of the construction, including providing day-to-day contact with r the construction contractor, Client, utilities, and other stakeholders, and monitor for N adherence to the Contract Documents. The Consultant's personnel will act in accordance o with Sections 1-05.1 and 1-05.2 of the WSDOT/APWA Standard Specifications. v 2. Observe material, workmanship, and construction areas for compliance with the Contract M Documents and applicable codes. Advise the Client of any non-conforming work observed M during site visits. r 3. Prepare Inspector Daily Reports (IDRs), recording the construction contractor's operations as actually observed by the Consultant; includes quantities of work placed that day, contractor's equipment and crews, photos of work performed, and other pertinent information. a� 4. Interpret Construction Contract Documents, in coordination with Designer. a r 5. Evaluate and report to Client issues that may arise as to the quality and acceptability of material furnished, work performed, and rate of progress of work performed by the E construction contractor. r 6. Establish communications with adjacent property owners. Respond to questions from Q property owners and the general public. 7. Coordinate with permit holders on the Project to monitor compliance with approved permits, if applicable. P:\Public\PROJECTS\_In Design\20-3012 S 212th Orilla(City limits to Green River Bridge)\50 Consultant Selection&Contracts\50.9 Construction\KBA Contract Documents\KBA Proposal and Contract Request\KBA-SCOPE-TEMPLATE-Kent 212th GRB to Orillia Rd.docx 3 of 7 Packet Pg. 24 4.B.a KBA, Inc. 4/19/2022 8. Prepare field records, daily reports of force account worked, and other payment source documents to help facilitate administration of the Project in accordance with funding agency requirements. 9. Attend and actively participate in regular on-site meetings. 10. Take periodic digital photographs during the course of construction. Photographs to be labeled and organized in accordance with Client protocol. 11. Punch List. Upon substantial completion of work, coordinate with the Client and affected ° agencies, to prepare a 'punch list' of items to be completed or corrected. Coordinate final t2 c inspection with those agencies. ° 12. Testing. Conduct materials and laboratory tests. Coordinate the work of the Field Representative(s) and testing laboratories in the observation and testing of materials used in N the construction; document and evaluate results of testing; and inform Client and construction a contractor of deficiencies. Deliverables N • IDRs with Project photos—submitted on a weekly basis N • Field Note Records and Daily Reports of Force Account Worked vi • Additional Project photos not included in IDRs • Punch List(s) L • Test reports ,° d c E. Assumptions m 1. Budget: r a. Staffing levels are anticipated in accordance with the attached budget estimate. 3 Consultant services are budgeted for a 5-month period, from May through September 2022. This is intended to span the originally planned construction duration of 70 E contractor working days, plus time allotted for Project setup and closeout. Overtime has been figured at 6%, or an average of 8.5 hours per day for the inspector, and 4.25 hrs per Q day for the Resident Engineer. c b. Consultant will work up to the limitations of the authorized budget. If additional budget is needed to cover instances, including but not limited to the following, Client and N Consultant will negotiate a Supplement to this Agreement: o i. The contractor's schedule requires inspection coverage of extra crews and shifts. v ii. The construction contract runs longer than the time period detailed above. M iii. Any added scope tasks. iv. Adjustment of Consultant Indirect Cost Rate (ICR) percentage pursuant to the terms as outlined in Section V of the LAG Agreement. E c. The work is anticipated to be performed during daytime hours, with the exception of plaining and HMA paving. A 15 percent differential for labor is being applied to all night a shift hours worked by Consultant's employees. r d. Client to provide office with internet access, bathroom facilities, drinking water, and office furniture. e. The budget allocations shown in Exhibit B are itemized to aid in Project tracking purposes r only. The budget may be transferred between tasks or people, or between labor and Q expenses, provided the total contracted amount is not exceeded without prior authorization. P:\Public\PROJECTS\_In Design\20-3012 S 212th Orilla(City limits to Green River Bridge)\50 Consultant Selection&Contracts\50.9 Construction\KBA Contract Documents\KBA Proposal and Contract Request\KBA-SCOPE-TEMPLATE-Kent 212th GRB to Orillia Rd.docx 4 of 7 Packet Pg. 25 4.B.a KBA, Inc. 4/19/2022 f. The budget assumes that Consultant's standard forms, logs, and processes will be used on the Project SharePoint site. Any customization to meet specialized Client requirements will be Extra Work. g. Should Consultant's level of effort extend beyond the time period detailed in the attached Exhibit B - Estimate, and into a new year, labor rates will adjust annually on January 1, with 30-day written notice to Agency. 2. Items and Services Client will provide: o L a. Meeting arrangements and facilities for pre-bid and preconstruction meetings. Prepare t2 c and distribute meeting notes from pre-bid meeting(s), if any. o b. Field office, including: i. workstations (desk, chair, and storage)for 2 staff members ii. conference table and chairs ti iii. combination printer/copier/scanner machine with these capabilities: 11x17 size, color, y and of business quality, if needed iv. high-speed, dedicated connection, including static IP `V N v. miscellaneous office supplies vi vi. utilities and sanitary facilities t r c. Retain Engineer of Record for shop drawing review, RFIs, design changes, and final ° record drawings. ci c d. Coordination with and enforcement of utility franchise agreements and/or contracts and — schedules for services related to this Project. Q m e. Verify that the required permits, bonds, and insurance have been obtained and submitted by the construction contractor. Obtain all permits not required to be provided by 3 construction contractor. �. c f. Construction Survey. Provide project control survey and staking that is not already E assigned to the construction contractor. L g. Client will download certified payrolls from L&I site and provide them to the Consultant for Q tracking and filing. 3. Scope: a. The SharePoint tool being used on this Project is proprietary to the Consultant (KBA, o Inc.), and may not be used by any other party or on any other project without the written U permission and involvement of KBA, Inc. a; M b. Consultant will provide observation services for the days/hours that its' Inspector(s) personnel is/are on-site. The Inspector(s)will not be able to observe or report construction activities, or collect documentation, during the time they are not on-site. c. The Consultant's monitoring of the construction contractor's activities is to ascertain whether or not they are performing the work in accordance with the Contract Documents; in case of noncompliance, Consultant will reject non-conforming work and pursue the a other remedies in the interests of the Client, as detailed in the Contract Documents. The Consultant cannot guarantee the construction contractor's performance, and it is understood that Consultant shall assume no responsibility for proper construction means, methods, techniques, Project site safety, safety precautions or programs, or for the failure c of any other entity to perform its work in accordance with laws, contracts, regulations, or Q Client's expectations. d. Definitions and Roles. The use of the term "inspect" in relation to Consultant services is synonymous with "construction observation," and reference to the"Inspector" role is synonymous with "Field Representative," and means: performing on-site observations of P:\Public\PROJECTS\_In Design\20-3012 S 212th Orilla(City limits to Green River Bridge)\50 Consultant Selection&Contracts\50.9 Construction\KBA Contract Documents\KBA Proposal and Contract Request\KBA-SCOPE-TEMPLATE-Kent 212th GRB to Orillia Rd.docx 5 of 7 Packet Pg. 26 4.B.a KBA, Inc. 4/19/2022 the progress and quality of the Work and determining, in general, if the Work is being performed in conformance with the Contract Documents; and notifying the Client if Work does not conform to the Contract Documents or requires special inspection or testing. Where "Specialty Inspector" or"specialty inspection" is used, it refers to inspection by a Building Official or independent agent of the Building Official, or other licensed/certified inspector who provides a certified inspection report in accordance with an established standard. m e. Because of the prior use of the Project site, there is a possibility of the presence of toxic or hazardous materials. Consultant shall have no responsibility for the discovery, t2 presence, handling, removal or disposal of toxic or hazardous materials, or for exposure o of persons to toxic or hazardous materials in any form at the Project site, including but not limited to asbestos, asbestos products, polychlorinated biphenyl (PCB), or other toxic substances. If the Consultant suspects the presence of hazardous materials, they will notify the Client immediately for resolution. ti f. Review of Shop Drawings, samples, and other submittals will be for general conformance in with the design concept and general compliance with the requirements of the contract for CM construction. Such review will not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a N Ui guarantee that the work covered by the shop drawings, samples and submittals is free of m errors, inconsistencies or omissions. r L g. Any opinions of probable construction cost provided by the Consultant will be on the ° basis of experience and professional judgment. However, since Consultant has no c control over competitive bidding or market conditions, the Consultant cannot and does E not warrant that bids or ultimate construction costs will not vary from these opinions of m probable construction costs. Y h. Quantity takeoffs and calculated quantities are for the purpose of comparing with Designer's and/or bidders' quantities and are not a guarantee of final quantities. 3 c i. Development of construction schedules and/or sequencing, and/or reviewing and commenting on contractor's schedules, is for the purpose of estimating number of days to complete a project, for identifying potential schedule and coordination challenges, and a, determining compliance with the construction contract. It is not a guarantee that a Q construction contractor will complete the Project in that sequence or timeline, as means and methods are the responsibility of the construction contractor. j. Consultant is not responsible for any costs, claims or judgments arising from or in any o way connected with errors, omissions, conflicts or ambiguities in the Contract Documents c) prepared by others. The Consultant does not have responsibility for the professional quality or technical adequacy or accuracy of the design plans or specifications, nor for M their timely completion by others. r k. If Consultant provides Value Analysis or Value Engineering services, it is understood that m any ideas, advice, or recommendations generated by the Consultant are made based E only on the information presented to them, and need engineering analysis by the Designer to verify; Consultant is not responsible for the final design product. a I. Client agrees to include a statement in the construction Bid Documents for this Project, requiring construction contractor to name KBA, Inc. as an additional insured via endorsement to the contractor's commercial general liability and automobile insurance policies. r m. RCW 4.24.115 is applicable to Consultant's services provided under this Agreement. Q n. Consultant's insurance carrier provides coverage on ISO equivalent endorsement forms. o. Services provided by the Consultant under this Agreement will be performed in a manner consistent with that degree of care and skill ordinarily exercised by members of the same P:\Public\PROJECTS\_In Design\20-3012 S 212th Orilla(City limits to Green River Bridge)\50 Consultant Selection&Contracts\50.9 Construction\KBA Contract Documents\KBA Proposal and Contract Request\KBA-SCOPE-TEMPLATE-Kent 212th GRB to Orillia Rd.docx 6 of 7 Packet Pg. 27 4.B.a KBA, Inc. 4/19/2022 profession currently practicing under similar circumstances, in the same geographical area and time period. p. Nothing in the Agreement is intended to create, nor shall it be construed to create, a fiduciary duty owed by either party to the other. Consultant makes no warranties, guarantees, express or implied, under this Agreement or otherwise in connection with Consultant's services. q. Client agrees that Consultant will not be held liable for the completeness, correctness, o readability, or compatibility of any electronic media submitted to Client, after an ti acceptance period of 30 days after delivery of the electronic files, because data stored on o electronic media can deteriorate undetected or can be modified without Consultant's knowledge. m r. Consultant will not be liable for any damage to the field office premises or utilities provided by Client, unless caused by Consultant's own negligence. ti s. XIX. Protection of Confidential Information, of the LAG Agreement, KBA will perform in services under the following assumptions, and such assumptions are assumed acceptable to the AGENCY and the STATE: The AGENCY and/or the STATE will CM identify each and any item considered to be "State's Confidential Information" as N "confidential", as detailed below. An information received b CONSULTANT that is not � Y • Y a) so labeled, will be assumed by CONSULTANT to not be "State's Confidential Z r Information". CONSULTANT will return all items pre-identified as State's Confidential o Information, to the AGENCY, and will not be required to take any other steps to protect that information. c Q II. OPTIONAL SERVICES Y All services not detailed above, are considered Optional Services, which, along with any other Extra Work r requested by the Client, will be performed only when a mutually negotiated Supplement to this Agreement 3 is executed, specifying scope of services and budget. E d m L Q 0 U M M M a+ C d E d N L Q r E V r a P:\Public\PROJECTS\_In Design\20-3012 S 212th Orilla(City limits to Green River Bridge)\50 Consultant Selection&Contracts\50.9 Construction\KBA Contract Documents\KBA Proposal and Contract Request\KBA-SCOPE-TEMPLATE-Kent 212th GRB to Orillia Rd.docx 7 of 7 Packet Pg. 28 4.B.a Exhibit B DBE Participation Plar In the absents of a mandatory DBE goal, a voluntary SBE goal amount of ten percent of the Consultant Agreement is established. The Consultant shall develop a SBE Participation Plan prior to commencing work. Although the goal is voluntary, the outreach efforts to provide SBE maximum practicable opportunities are not. a� 0 L a c 0 a� N L a M z N T N C6 t L O V a m Y 3 c m E a� a� L a 0 U CD M T M a+ C d N N L a r d V a LA10247 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0210112021 Packet Pg. 29 4.B.a Exhibit C Preparation and Delivery of Electronic Engineering and Other Dati In this Exhibit the agency, as applicable, is to provide a description of the format and standards the consultant is to use in preparing electronic files for transmission to the agency. The format and standards to be provided may include, but are not limited to, the following: 1: Surveying, Roadway Design &Plans Preparation Section a 0 A. Survey DataILL- c 0 a� N L IL M z N T N C6 t L O V B. Roadway Design Files m Y z r 3 c m E a� a� L a 0 U CD M T M C. Computer Aided Drafting Files as E as a� L a r d E V a LA10247 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0210112021 Packet Pg. 30 4.B.a D. Specify the Agency's Right to Review Product with the Consultant 2 0 L a c 0 a� N E. Specify the Electronic Deliverables to Be Provided to the Agency a M z N T N C6 t L O V a m Y 3 c F. Specify What Agency Furnished Services and Information Is to Be Provided E as as L a 0 U CD M T M a+ C d E N N L a r d E M V a LA10247 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0210112021 Packet Pg. 31 4.B.a K Any Other Electronic Files to Be Provided a� 0 L a c 0 a� N L a W z N T N C6 t L O V a m Y Ill. Methods to Electronically Exchange Data 3 c m E as as L a 0 U as M T M a+ C d N N L a r d V a LA10247 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0210112021 Packet Pg. 32 4.B.a A. Agency Software Suite as 0 L a c 0 a� N B. Electronic Messaging System L a W z N T N C6 t L O V a CO Y 3 c C. File Transfers Format E as as L a 0 U CD M T M a+ C d N N L a r d V a LA10247 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0210112021 Packet Pg. 33 4.B.a Exhibit D Prime Consultant Cost Computation; L- a. 0 Y a) L a. V/ N N d t r L 0 V Q m Y 3 c m E a� m L Q 0 U M M M a+ C d d N L Q r V r a LA10247 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0210112021 Packet Pg. 34 4.B.a ORIGINAL AGREEMENT A S.212th St.Preservation �� (Green River Bridge to Orillia OCTAPR MAY JUN JUL AUG SEP 15YERR5 1 1 1 1 1 1 1 Rd/Kent City Limits) City of Kent 21 21 22 20 23 21 21 KBA Job No. 168 168 176 160 184 168 168 Cost+Net fee(on DSC Only) 6% 6% 6% 6% 6% 6% 6% Prepared On:4/19/2022 178 178 187 170 195 178 178 +' V Prepared by:Cameron Bloomer � Annual Escalation on DSC 5% CTioN •� L IL c o_ ESTIMATE OF COSTS Ir R CONFIDENTIAL&PROPRIETARY TO KBA,INC. 2022 1 OCT N Rate L Total L Sam Schuyler M2 Manager II 01.00 $80.24 $84.25 12 12 3 2 2 2 3 IL Jill Carter A4 Administrator IV 02.00 $44.00 $46.20 20 20 4 4 4 4 4 �..1 Cameron Bloomer E5 Engineer/Professional V 01.00 $61.88 $64.97 397 397 40 94 85 98 80 Inspector E3 E3 Engineer/Professional III 02.00 $45.00 $47.25 552 552 40 187 170 75 80 N Inspector E3(Night) E3 Engineer/Professional 111 03.00 $51.75 $54.34 120 120 120 t N Subtotal-KBA Labor Hours 1,101 1,101 O t w+ ' • •- Original OCTLoaded Total APR MAY JUN JUL AUG SEP O Rate Costs 2022 20221 122 2022 20221 4- Total Vehicle-4 Door SUV V C Monthly Lease Rate DE $ 1,000 10.4% $1,104 $ 3,312 3,312 $1,104 $1,104 $1,104 Daily Rate DE $ 50.00 10A% $55 $ 828 828 276 552 Q Hourly Rate DE $ 6.25 10.4% $7 $ 2,739 2,739 276 649 587 676 552 Y Miscellaneous Expenses Office Supplies $ 150 150 150 DirectSubtotal- 17,0291 :1 1,104Original c Total m • • Agreement •122 2022 20221 122 2022 2022 L Jimale Technical Services,LLC.Materials Testing Sub1 Rates last Updated: $ 26,428 Total 26,428 5,297 6,738 6,125 7,044 1,225 Q HWA Geosciences GeoTech Sub2 Rates last Updated: $ 12,601 12,601 12,601 Subtotal-Subconsultant Costs 39,029CiC (� JrRO�1a, OriginalCT • • -• • 2022 20221 122 2022 20221 O Total U H Sam Schuyler M2 Manager II UCostsl�21 24 $84.25 963 963 - 241 160 160 160 241 H Jill Carter A4 Administrator IV 0 $46.20 880 880 - 176 176 176 176 176 - M E Cameron Bloomer E5 Engineer/Professional V 8 $64.97 24,566 24,566 - 2,475 5,817 5,260 6,064 4,950 - T E :v Inspector E3 E3 Engineer/Professional III 0 $47.25 24,840 24,840 1,800 8,415 7,650 3,375 3,600 - E Inspector E3(Night) E3 Engineer/Professional III 75 $54.34 6,210 6,210 - - - - 6,210 - - Direct Sal2 2023 - 4,692 14,568 13,246 15,986 8,967 - d Overhead(Home)@ 155.78% 155.78% 2,871 2,871 - 649 524 524 524 649 - E d Overhead(Field)@ 146.37% 146.37% 81,406 81,406 - 6,258 20,831 18,896 22,906 12,51516- - N Subtotal Overhead 84,277 6,907 21,3W9,42(W,430 - Fee on DSC 30.00% 30.00% 17,238 17,238 - 1,408 4,370 3,974 4,796 2,690qww - Q Subtotal(DSC+OH+Fee) - 13,006 40,294 36,640 44,211 24,822 C Direct Expenses(No Markup) 7,029 7,029 - 702 1,753 1,691 1,780 1,104 - d Subconsultant(s) 39,029 39,029 - 5,297 6,738 6,125 19,645 1,225 - Management Reserve - - - - - - - - - V Q Packet Pg. 35 4.B.a Exhibit E Sub-consultant Cost Computation: If no sub-consultant participation listed at this time. The CONSULTANT shall not sub-contract for the performance of any work under this AGREEMENT without prior written permission of the AGENCY. Refer to section VI "Sub-Contracting" of this AGREEMENT. 2 0 L a c 0 a� N L a W z N T N C6 t L O V C a m Y 3 c m E a� a� L a 0 U CD M T M a+ C d N N L a r d V a LA10247 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0210112021 Packet Pg. 36 Project Cost Estimate HWA Ref: 2022-0 Construction Inspection and Testing S 212th St Preservation-Green River Bridge to Orillia Rd , GEOSCIENCES INC. Date: 5-Apr-22 Kent,WA DBE/MWBE Prepared By: BKH/BS Prepared For: Cameron Bloomer,KBA O r �a PROPOSED WORK SCOPE: This cost estimate is based on plans and information provided by the Client. 1. Sampling of HMA aggregate for acceptance testing(3 samples). Sampling of HMA aggregate and oil at the plant for ignition oven correction factor testing(1 sample) a` 2. Sampling and testing HMA during paving for Rice density,extraction and gradation(minimum: one test sample per 1000 tons). t 3.Inspection and testing of HMA placement and compaction(minimum: one test per 100 tons). U) t 4.Written field reports will be prepared for all inspections and reviewed for QC. N r N Material Testing-ESTIMATED HWA LABOR: 6 2022 PERSONNEL&HOURLY RATES O t Scope of Services Engr VII Geol V Inspector Clerical TOTAL TOTAL L $78.00 $48.50 $28.00 $25.50 HOURS AMOUNT 0 Asphalt Inspection and Testing,including: d Inspection and Testing during HMA Placement for Roadway(up to 8 visits) 64 64 $1,792 HMA Oven Ignition Correction Sampling of Aggregate and Oil(1 mix) 4 4 $112 Q 00 HMA/Aggregate Sampling at Batch Plant during placement(5 samples) 20 20 $560 Y Project Management Preconstruction Meeting 1 1 $49 QA Review,Reporting,Submittal Reviews,and Report Distribution 4 2 6 $409 c DIRECT SALARY COST 4 3 88 0 95 $2 922 m E a� a� Material Testing-LABORATORY TESTING ESTIMATE: LABORATORY EXPENSE DESCRIPTION Est No. Unit Test TOTAL Q Asphalt Ignition Oven Correction(1 mix,3 burns) 3 $140 $420 c HMA Aggregate Acceptance(Voids,FF,SE)(I mix)at WSDOT intervals 3 $310 $930 Bitumen Content by Extraction with Gradation of Aggregate(I mix design)at WSDOT intervals 5 $185 $925 N Maximum Theoretical Specific Gravity of HMA(Rice Density)(1 mix design)at WSDOT intervals 5 $140 $700 O LABORATORY TOTAL: $2 975 U M r M C >_ d L Q E V Q S 212th St Preservation - Green River Bridge to Orillia Rd 1 of 2 HWA GeoSciences Inc. Packet Pg. 37 EXPENSES: EXPENSE Total DESCRIPTION Cost Thin Lift(HMA Testing)Nuclear Gauge Rental($60/day),assuming 8 days $480 Mileage to and from the job site for all inspections at IRS mileage rate(8 trips) $320 Mileage for HMA and HMA aggregate sampling,assuming 6 trips $240 O r EXPENSE TOTAL: S1,040 L N d L ESTIMATED PROJECT TOTALS AND SUMMARY: a Direct Salary Cost(DSC) $2,922 OH @ 1.6390*DSC $4,788 FF @ 30%*(DSC) $876 N Total Labor Cost $8,586 N Laboratory Testing $2,975 uj Direct Expenses $1,040 ESTIMATED PROJECT TOTAL: $12 601 L O 4- Assumptions• Li 1.These estimates may require adjustment due to the Contractor's rate of construction,weather delays,source changes and/or other factors beyond our control. c 2.The HWA PM reserves the right to shift hours between the various subtasks as required. m 3.The HWA work scope does not include safety assessment nor work pertaining to any environmental issues. .� 4.This cost estimate was prepared with the understanding that the Client will schedule inspection as needed. t 5.All night work is charged at an 8 hour minimum segment.Night work cancelled within 12 hrs of scheduled time will be charged 4 hrs. 6.All weekend work is charged at an 4 hour minimum segment.Weekend work cancelled within 12 hrs of scheduled time will be charged 4 hrs. 7.Per Client,all concrete used will be 3000psi Commercial mix,and therefore will not be tested. 8.This cost estimate assumes temporary HMA will not be tested. 9.Per Client,aggregates will not be sampled.Compacted aggregates for ADA Ramps and Sidewalk will not be tested. L Q r c ca 3 c O U M r M C d L Q V Q S 212th St Preservation - Green River Bridge to Orillia Rd 2 of 2 HWA GeoSciences Inc. Packet Pg. 38 4.B.a Jimale Technical Services Prepared by Tanya Jimale DCN 2205 City of Kent S 212th St Preservation/Green R Br to Orillia Rd Contract City of Kent. Client KBA Cameron Bloomer Level of Effort for JTS Inpection Services JTS Acting Assistant Service Operations Manager Lynda Tonne-Oveson Jimale Technical Services NTP 5/16/2022 m Cost Projections 80 bus-days 9/6/2022 0 total hours 340 d JTS Project Admin Mary Lynum HOURS C May-22 Jun-22 Jul-22 Aug-22 Sep-22 r Total hrs 64 88 80 92 16 R 320 Hrs Reg Hrs 0 0 0 0 0 labor rate $ 32.59 OT Hrs 64 88 80 92 16 N overhear rate 113.57% fee 10% L HOURS for regular pay and premium pay d May-22 Jun-22 Jul-22 Aug-22 Sep-22 r Total hrs 44 88 80 92 16 JTS Sr.Project Admin/Quality Con Mary Lynum Reg Hrs 44 88 80 92 16 Premium Hrs 0 0 0 0 0 N T N 20 Hrs C6 labor rate $ 41.03 DIRECT LABOR,$ 4) overhear rate 113.57% May-22 Jun-22 Jul-22 Aug-22 Sep-22 fee 10% Total dl$ $ 2,254.56 $ 2,867.92 $ 2,607.20 $ 2,998.28 $ 521.44 L Reg dl$ $ 2,254.56 $ 2,867.92 $ 2,607.20 $ 2,998.28 $ 521.44 Premium$ $ - $ - $ - $ - $ - V C OVERHEAD,$ Q May-22 Jun-22 Jul-22 Aug-22 Sep-22 Ib Total ovhd$ $ 2,560.50 $ 3,257.10 $ 2,961.00 $ 3,405.15 $ 592.20 ovhd%x Reg dl$ $ 2,560.50 $ 3,257.10 $ 2,961.00 $ 3,405.15 $ 592.20 t Premium$x ovhd$ $ - $ - $ - $ - $ - 3 C Fee,$ d May-22 Jun-22 Jul-22 Aug-22 Sep-22 E Total fee$ $ 481.51 $ 612.50 $ 556.82 $ 640.34 $ 111.36 (Reg dl$+ovhd$)xfee$ $ 481.51 $ 612.50 $ 556.82 $ 640.34 $ 111.36 Premium fee$ $ - $ - $ - $ - $ - Q r+ C R SUMMARY,$ ++ May-22 Jun-22 Jul-22 Aug-22 Sep-22 N Total by month,$ $ 5,296.57 $ 6,737.52 $ 6,125.02 $ 7,043.77 $ 1,225.00 a O Direct Labor,$ $ 2,254.56 $ 2,867.92 $ 2,607.20 $ 2,998.28 $ 521.44 (� Premium DLabor on OT,$ $ - $ - $ - $ - $ - Overhead$ $ 2,560.50 $ 3,257.10 $ 2,961.00 $ 3,405.15 $ 592.20 M Premium ovhd on OT,$ $ - $ - $ - $ - $ - r Fee,$ $ 481.51 $ 612.50 $ 556.82 $ 640.34 $ 111.36 M a+ C Proposed work order amount $ 26,427.88 E m a� L Q r d E V Q Packet Pg. 39 4.B.a Exhibit F - Title VI Assurances Appendix A & E APPENDIX A During the performance of this contract, the contractor, for itself, its assignees, and successors in interest(hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations: The contractor(hereinafter includes consultants)will comply with the Acts and the Regulations relative to Non-discrimination in Federally-assisted programs of the U.S. Department of Transportation, (Title of Modal Operating Administration), as they may be amended from time to time,which are herein incorporated by reference and made a part of this contract. a c 2. Non-discrimination: The contractor,with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or W a` indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity,project, or program set forth in Appendix B of 49 CFR Part 21. Cn [Include Modal Operating Administration specific program requirements.] N T N 3. Solicitations for Subcontracts,Including Procurements of Materials and Equipment: In all solicitations, C6 either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or c supplier will be notified by the contractor of the contractor's obligations under this contract and the Acts and '~ the Regulations relative to Non-discrimination on the grounds of race, color, or national origin.[Include Modal Operating Administration specific program requirements.] m Y 4. Information and Reports: The contractor will provide all information and reports required by the Acts,the r Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other 3 sources of information, and its facilities as may be determined by the Recipient or the (Title of Modal Operating Administration) to be pertinent to ascertain compliance with such Acts,Regulations, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails a, or refuses to furnish the information, the contractor will so certify to the Recipient or the (Title of Modal a Operating Administration), as appropriate, and will set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the Non- discrimination c provisions of this contract, the Recipient will impose such contract sanctions as it or the (Title of Modal Operating Administration) may determine to be appropriate, including,but not limited to: CD T M a. withholding payments to the contractor under the contract until the contractor complies; and/or b. cancelling, terminating, or suspending a contract, in whole or in part. E as a� L 6. Incorporation of Provisions: The contractor will include the provisions of paragraphs one through six in a every subcontract, including procurements of materials and leases of equipment,unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The contractor will take action with respect to any E subcontract or procurement as the Recipient or the (Title of Modal Operating Administration) may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor Q becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the Recipient to enter into any litigation to protect the interests of the Recipient. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. LA10247 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0210112021 1 Packet Pg. 40 4.B.a Exhibit F - Title VI Assurances Appendix A & E APPENDIX E During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: Pertinent Non-Discrimination Authorities: °' 0 L a • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits c discrimination on the basis of race, color, national origin); and 49 CFR Part 21. • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § y 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of 2 Federal or Federal-aid programs and projects); • Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of .5 sex); r • Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits N discrimination on the basis of disability); and 49 CFR Part 27; • The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); J° • Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits c discrimination based on race, creed, color, national origin, or sex); Q • The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and Y applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and r Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or 3 activities" to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); E • Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems,places of public a accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; N • The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits c discrimination on the basis of race, color, national origin, and sex); • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and M Low-Income Populations, which ensures discrimination against minority populations by discouraging programs,policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; • Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited a English proficiency(LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); d • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). Q LA10247 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0210112021 1 Packet Pg. 41 4.B.a Exhibit G Certification Document Exhibit G-1(a) Certification of Consultant Exhibit G-1(b) Certification of Agency Official Exhibit G-2 Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered Transactions a� Exhibit G-3 Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying a Exhibit G-4 Certificate of Current Cost or Pricing Data o as N L a W z N T N C6 t L 0 V a m Y 3 c m E a� a� L a 0 U as M T M a+ C d E N N L a r d E V a Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0210112021 Packet Pg. 42 4.B.a Exhibit G-1(a) Certification of Consultant I hereby certify that I am the and duly authorized representative of the firm of KBA, Inc. whose address is 11201 SE 8th Street, Suite 160, Bellevue, WA 98004 and that neither the above firm nor I have as a) Employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, o any firm or person(other than a bona fide employee working solely for me or the above CONSULTANT) to solicit or secure this AGREEMENT; b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out this AGREEMENT; or L a c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me or the above CONSULTANT) any fee, contribution, donation, or consideration of any kind for, or in connection with, procuring or carrying out this AGREEMENT; except as hereby expressly r stated (if any); I acknowledge that this certificate is to be furnished to the City of Kent L and the Federal Highway Administration, U.S. Department of Transportation in connection with this AGREEMENT involving participation of Federal-aid highway funds, and is subject to applicable State and Federal laws,both criminal and civil. Q m Y 3 c m Consultant(Firm Name) d d L a Signature(Authorized Offidal of Consultant) Date c U CD M T M a+ C d E N N L a r d E V a LA10247 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0210112021 Packet Pg. 43 4.B.a Exhibit G-1(b) Certification of City of Kent I hereby certify that I am the: x❑ ❑ Other of the City of Kent , and KBA, Inc. W 0 or its representative has not been required, directly or indirectly as an express or implied condition in connection .o with obtaining or carrying out this AGREEMENT to: a` c a) Employ or retain, or agree to employ to retain, any firm or person; o b) Pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or consideration of any kind; except as hereby expressly stated(if any): L IL I acknowledge that this certificate is to be furnished to the City of Kent W and the Federal Highway Administration, U.S. Department of Transportation, in connection with this N AGREEMENT involving participation of Federal-aid highway funds, and is subject to applicable State and N Federal laws,both criminal and civil. v6 as z L 0 V C a Signature Date 00 Y z r 3 c m E a� a� L a 0 U CD M T M a+ C d E N N L a r d E V a Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0210112021 Packet Pg. 44 4.B.a Exhibit G-2 Certification Regarding Debarment Suspension and Other Responsibility Matters - Primary Covered Transactions L The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: A. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; B. Have not within a three (3) year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with o obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or a contract under a public transaction; violation of Federal or State anti-trust statues or commission of o embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; y P aL C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; an N T D. Have not within a three (3) year period preceding this application /proposal had one or more public N transactions (Federal, State and local)terminated for cause or default. z II. Where the prospective primary participant is unable to certify to any of the statements in this c certification such prospective participant shall attach an explanation to this proposal. '~ ts c Q m Y z r KBA, Inc. Consultant(Firm Name) d d L a Signature(Authorized Official of Consultant) Date o U CD M T M a+ C d E N N L a r d i_ V a LA10247 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0210112021 Packet Pg. 45 4.B.a Exhibit G-3 Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or any employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative AGREEMENT, and the extension, continuation, a renewal, amendment, or modification of Federal contract, grant, loan or cooperativeAGREEMENT. c 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of y Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection 2 with this Federal contract, grant, loan or cooperative AGREEMENT, the undersigned shall complete and submit Standard Form - LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. N T N This certification is a material representation of fact upon which reliance was placed when this v6 transaction was made or entered into. Submission of this certification is a prerequisite for making or z entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file `o the require certification shall be subject to a civil penalty of not less than $10,000.00, and not more than $100,000.00 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall Y require that the language of this certification be included in all lower tier sub-contracts, which exceed z r $100,000 and that all such sub-recipients shall certify and disclose accordingly. 3 c m E as KBA, Inc. a Consultant(Firm Name) c 0 U CD M T Signature(Authorized Official of Consutant) Date r c m E m a� L Q r d E V Q Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0210112021 Packet Pg. 46 4.B.a Exhibit J Consultant Claim Procedure: The purpose of this exhibit is to describe a procedure regarding claim(s) on a consultant agreement. The following procedures should only be utilized on consultant claims greater than $1,000. If the consultant's claim(s) total a $1,000 or less, it would not be cost effective to proceed through the outlined steps. It is suggested that the Director of Public Works or Agency Engineer negotiate a fair and reasonable price for the consultant's claim(s)that total $1,000 or less. This exhibit will outline the procedures to be followed by the consultant and the agency to consider a potential a claim by the consultant. c Step 1 Consultant Files a Claim with the Agency Project Manager If the consultant determines that they were requested to perform additional services that were outside of L the agreement's scope of work, they may be entitled to a claim. The first step that must be completed is a` the request for consideration of the claim to theAgency's project manager. Cn The consultant's claim must outline the following: N T • Summation of hours by classification for each firm that is included in the claim • Any correspondence that directed the consultant to perform the additional work; L • Timeframe of the additional work that was outside of the project scope; ° • Summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with the S additional work; and m • Explanation as to why the consultant believes the additional work was outside of the agreement z r scope of work. 3 Step 2 Review by Agency Personnel Regarding the Consultant's Claim for Additional Compensation E After the consultant has completed step 1, the next step in the process is to forward the request to the Agency's project manager. The project manager will review the consultant's claim and will met with the a Director of Public Works or Agency Engineer to determine if the Agency agrees with the claim. If the c FHWA is participating in the project's funding, forward a copy of the consultant's claim and the Agency's recommendation for federal participation in the claim to the WSDOT Local Programs through the Region Local Programs Engineer. If the claim is not eligible for federal participation, payment will need to be from agency funds. CD M If the Agency project manager, Director of Public Works or Agency Engineer, WSDOT Local Programs (if applicable), and FHWA (if applicable) agree with the consultant's claim, send a request memo, including backup documentation to the consultant to either supplement the agreement, or create a new agreement for the claim. After the request has been approved, the Agency shall write the supplement and/or new agreement and pay the consultant the amount of the claim. Inform the consultant that the a final payment for the agreement is subject to audit. No further action in needed regarding the claim procedures. If the Agency does not agree with the consultant's claim,proceed to step 3 of the procedures. Q LA10247 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0210112021 1 Packet Pg. 47 4.B.a Step 3 Preparation of Support Documentation Regarding Consultant's Claim(s) If the Agency does not agree with the consultant's claim, the project manager shall prepare a summary for the Director of Public Works or Agency Engineer that included the following: • Copy of information supplied by the consultant regarding the claim; • Agency's summation of hours by classification for each firm that should be included in the claim • Any correspondence that directed the consultant to perform the additional work; • Agency's summary of direct labor dollars, overhead costs, profit and reimbursable costs associate 2 with the additional work; a c • Explanation regarding those areas in which the Agency does/does not agree with the consultant's 0 claim(s); as • Explanation to describe what has been instituted to preclude future consultant claim(s); and M L • Recommendations to resolve the claim. a M Step 4 Director of Public Works or Agency Engineer Reviews Consultant Claim and Agency N Documentation N The Director of Public Works or Agency Engineer shall review and administratively approve or 6 disapprove the claim, or portions thereof, which may include getting Agency Council or Commission approval (as appropriate to agency dispute resolution procedures). If the project involves federal participation, obtain concurrence from WSDOT Local Programs and FHWA regarding final settlement of the claim. If the claim is not eligible for federal participation, payment will need to be from agency Q funds. Y Step 5 Informing Consultant of Decision Regarding the Claim r 3 The Director of Public Works or Agency Engineer shall notify (in writing) the consultant of their final decision regarding the consultant's claim(s). Include the final dollar amount of the accepted claim(s) and E rationale utilized for the decision. a L Step 6 Preparation of Supplement or New Agreement for the Consultant's Claim(s) a c The agency shall write the supplement and/or new agreement and pay the consultant the amount of the 2- claim. Inform the consultant that the final payment for the agreement is subject to audit 0 U CD M T M a+ C d E N N L Q r d 1_ M V Q LA10247 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0210112021 Packet Pg. 48 4.0 PUBLIC WORKS COMMITTEE Chad Bieren, P.E. 220 Fourth Avenue South KENT Kent, WA 98032 WASHINGTON 253-856-5500 DATE: May 2, 2022 TO: Public Works Committee SUBJECT: 76th Avenue S - North Segment Project - Utility Easement and Temporary Construction Easement - Authorize MOTION: I move to authorize the Mayor to sign all documents necessary to acquire a Utility Easement and three Temporary Construction Easements on portions of property owned by Blue Properties LLC, located at 21218 76t" Ave. S. for an amount not to exceed $75,464.00, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: To reduce flooding on 76' Ave South, the City will be elevating the road from South 212t" Street to 1,000 feet south of S 212t" Street above the FEMA 100-year flood elevation. The project includes raising the road and installing a new storm drainage system and landscaping. The Project requires the City to buy from Blue Properties LLC ("Blue Properties") a Utility Easement and three Temporary Construction Easements. These easements are located adjacent to existing right of way on at 21218 76' Ave South. (APNs 122204-9084, 9085 and 9005) ("Property"). Blue Properties has accepted the City's offer of $2,500 for a 94 square foot utility easement, and $58,464 for three Temporary Construction Easements for a six - month period, along with $14,500 in compensation for damages to the Property, for a combined total of $75,464.00. BUDGET IMPACT: $75,464.00 from the 76th Avenue South-North Segment Project Fund. SUPPORTS STRATEGIC PLAN GOAL: Evolving Infrastructure - Connecting people and places through strategic investments in physical and technological infrastructure. Thriving City - Creating safe neighborhoods, healthy people, vibrant commercial districts, and inviting parks and recreation. ATTACHMENTS: 1. Easements (PDF) Packet Pg. 49 4.C.a WHEN RECORDED RETURN TO: City Clerk City of Kent 220 Fourth Avenue South Kent, Washington 98032 c as E Grantor: Blue Properties, LLC _ w Grantee: City of Kent _ as Abbreviated Legal Description:_Ptn. SW 1/4 NE 1/4 Sec. 12, Twp 22 N, R 4E a. r c Additional Legal Description on: Exhibit"A" Assessor's Tax Parcel ID No. 122204-9005 STR: 12-22N-4E W Project: 76th Avenue South - North Segment G z v� UTILITY EASEMENT c m EASEMENT granted this /3771day of ���'� , 2022, by Blue Properties, LLC, a a Delaware limited liability company ("Grantor"), to City of Kent, a Washington municipal corporation. ("Grantee"). 0 Grantor, for and in consideration of Ten Dollars and No/100 ($10.00) and/or other valuable consideration, receipt of which is hereby acknowledged, grants to Grantee, its successors and/or assigns, in lieu of condemnation, a perpetual easement for a water meter with necessary appurtenances and other utilities, E including use of incidental areas immediately adjacent for the installation, operation, maintenance, extending, construction, altering, reconstructing and repair over, W through, under, across and upon the property situated in King County, Washington, specifically described in Exhibit "A" and graphically depicted in Exhibit "B" (the E "Easement Area"). The Grantor agrees that this easement touches and concerns the land described in Exhibit A, and that this easement shall run with the land. Q Grantee shall have the right at times as may be necessary, without prior institution of suit or proceeding at law, to enter the Easement Area and immediate adjacent areas with the necessary equipment for the purposes of altering, installation, operation, maintenance, extending, constructing, repair and Utility Easement Page 1 of 3 Packet Pg. 50 4.C.a reconstructing of the water meter and other utilities; provided that the alteration, installation, operation, maintenance, extension, construction, repair and reconstruction shall be accomplished in such a manner that the private improvements existing within this Easement Area, including incidental areas, shall not be disturbed or destroyed, or in the event they are disturbed or destroyed, they will be replaced in as good a condition as they were immediately before the property was entered upon by Grantee. Grantor shall retain the right to use the surface of the Easement Area including N incidental areas so long as Grantor's use does not interfere with the uses described c herein. Under no circumstances shall any permanent structures be placed or erected E in the Easement Area. y w Grantor shall not change the surface grades, except as approved in advance by .� Grantee, in any manner that would unreasonably interfere with ingress, egress and access by Grantee or adversely affect the existing utility and/or the utility to be ° a. installed therein. a) This Easement shall be a covenant running with the land forever and shall be binding on the Grantor's successors, heirs, and assigns. Cn GRANTOR: ° z Blue Properties LLC m 'II � By: � > Name: i��Y ��E,✓I3�'�� a z Title: P/i2,rz-Td2 x54-e��.T,E� Date: Alltlz- 0 M N C a) E a) N W r C d E t ns a Utility Easement Page 2 of 3 Packet Pg. 51 4.C.a STATE OF WASHINGTON ) ) ss. COUNTY OF KING ) I certify that I know or have satisfactory evidence that the person who appeared before me, and said person acknowledged that they signed this instrument, on oath stated that they are authorized to execute the instrument and acknowledged it as the AiwreLr-�Y9�,e4�f*f Blue Properties LLC to be the free and voluntary act of such party for the uses and purposes mentioned in the instrument. c Dated: z4ze_ E a� -Notary Seal Must Appear Within This Box- W IN WITNESS WHEREOF, I have hereunto set my hand and official seal the day a and year first above written. a c a� E CYN=STEVENSONSON Cn Staton (Sign ure) Com3050 NOTARY PUBLIC in and for the S t,�` ° My Comm27, 2025 of Washington, residing at �e-nt x �'fx�K Z My appointment expires a� a 0 M N C d E d N W r C d E t a Utility Easement Page 3 of 3 Packet Pg. 52 4.C.a EXHIBIT—A TAX LOT 1222049005 UTILITY EASEMENT THAT PORTION OF THE SOUTHWEST QUARTER OF THE NORTHEAST QUARTER OF SECTION 12, TOWNSHIP 22 NORTH, RANGE 4 EAST, WILLAMETTE MERIDIAN, CITY OF KENT, IN KING COUNTY, WASHINGTON, DESCRIBED AS FOLLOWS: COMMENCING AT THE NORTHWEST CORNER OF SAID SECTION SUBDIVISION; THENCE S0058'38"W ALONG THE NORTH-SOUTH CENTERLINE OF SAID SECTION 12, 428.45 FEET, SAID CENERLINE ALSO BEING THE CENTERLINE OF 76TH AVENUE a, SOUTH; THENCE S89001'22"E, WHEN MEASURED AT RIGHT ANGLES TO SAID w CENTERLINE, 30.00 FEET TO THE EASTERLY MARGING OF SAID 76TH AVENUE AND THE POINT OF BEGINNING; THENCE CONTINUING S89°01'22"E 8.50 FEET; THENCE SO°58'38"W 11.00 FEET; THENCE N89°01'22"W 8.50 FEET TO SAID EASTERLY MARGIN o a` OF 76TH AVENUE SOUTH; THENCE NO°58'38"E ALONG SAID MARGIN, 11.00 FEET TO THE POINT OF BEGINNING. c m E CONTAINING 94 SQUARE FEET, MORE OR LESS. co 0 z Q f 20XW r o Lao v �Hrrnmrsr r C d I/Z 5/Z#ZL E m w m w c m E 0 Q Packet Pg. 53 4.C.a N Cd i m N = Co O ~ w r m w a o � ; w Co uuj z cc CV � �_ � N O ' J N CD t� N z N 4 Q H N r C o E z 2oc M O o r) w �� WVJ a.o T N W= E I 0 I ';o� tm Co U o LU Q i Z N Lij �N a wN t z 0- P 1 O�-z� 1` O O O Q Hw v LC) O �Nz N w a U x rr d =C d H LLO d 00 5) w 00 1 w w U3w z� w �FJO Q lw z❑3:W m z >UJp�-jQ O z (DW=WOZWW( z CQ~=w w w Do WM Qow z SQW zJwC.) ZOcO Uto 55 Packet Pg. 54 4.C.a After recording return document to: City Clerk City of Kent 220 4th Avenue South Kent, WA 98032 a� E as Document Title: Temporary Easement w Reference Number of Related Document: N/A Grantor(s): Blue Properties, LLC Grantee(s): City of Kent a Legal Description: Ptn. SW'/4 NE '/4 Sec. 12, Twp. 22N, R 4E Additional Legal Description is on Exhibit A of Document. E Assessor's Tax Parcel Number: 122204-9005 Cn 0 TEMPORARY EASEMENT z cn 76th Avenue South-North Segment as a The Grantor(s), Blue Properties, LLC, for and in consideration of TEN AND NO/100 ($10.00) DOLLARS, and other valuable consideration, conveys and grants unto the City of Kent, and its assigns, Grantee, under the imminent threat of the Grantee's exercise of its right of Eminent Domain, the right, privilege and easement over, upon, through and across the hereinafter described lands for the purpose of constructing new driveways, curbs, drainage, fencing, sidewalks, landscaping, channelization and appurtenances within the construction limits to ensure a smooth transition between new and existing improvements; and to restore any irrigation or other features disturbed during construction. w r Said lands being situated in King County, State of Washington, and described in Exhibit A and depicted in Exhibit B, attached hereto and made a part hereof 0 The term of this Temporary Easement shall commence on the date of acceptance of this Q Temporary Easement by Grantee and shall terminate on February 28,2023,hereinafter the"Term". Provided. however, that Grantee's use and occupancy of the easement area is limited to between September 1, 2022 and February 28, 2023. FA No. LPA-325 Page 1 of(3)Pages Parcel Number: 122204-9005 Rev.5/2021 Packet Pg. 55 4.C.a TEMPORARY EASEMENT It is further agreed that this Temporary Easement may be extended by up to six months at the Grantee's option. The rate associated with this extension shall be at the same rate as the original Temporary Easement, or at the newly established rate determined by an updated administrative offer;whichever is higher.Grantee shall notify Grantor in writing prior to exercising this option. Grantee shall provide Grantor written notice no less than three days in advance of Grantee's intent to exercise its rights under this Temporary Easement. E m It is understood and agreed that delivery of this temporary easement is hereby tendered w and that the terms and obligations hereof shall not become binding upon the City of Kent unless and until accepted and approved hereon in writing for the City of Kent,by its authorized agent. a 0 L a. Dated: T"Qle/c /�'`�'` , 2022 cn Blue Properties, LLC Z By Title: z m 0 Accepted and Approved N City of Kent E m By: w Dana Ralph Mayor E Date: 2022 a LPA-325 Page 2 of(3)Pages Rev.5/2021 Packet Pg. 56 4.C.a EXHIBIT—A TAX LOT 1222049005 TEMPORARY CONSTRUCTION EASEMENT THAT PORTION OF THE SOUTHWEST QUARTER OF THE NORTHEAST QUARTER OF SECTION 12, TOWNSHIP 22 NORTH, RANGE 4 EAST, WILLAMETTE MERIDIAN, CITY OF KENT, IN KING COUNTY, WASHINGTON, DESCRIBED AS FOLLOWS: COMMENCING AT THE NORTHWEST CORNER OF SAID SECTION SUBDIVISION; y THENCE S0058'38"W ALONG THE NORTH-SOUTH CENTERLINE OF SAID SECTION 12, 323.38 FEET, SAID CENERLINE ALSO BEING THE CENTERLINE OF 76TH AVENUE E SOUTH; THENCE S89001'22"E,WHEN MEASURED AT RIGHT ANGLES TO SAID n CENTERLINE, 30.00 FEET TO THE EASTERLY MARGING OF SAID 76TH AVENUE AND w THE POINT OF BEGINNING; THENCE CONTINUING S89001'22"E 3.00 FEET;THENCE , S0058'38"W 96.77 FEET;THENCE S89°01'22"E 37.00 FEET; THENCE SO°58'38"W 75.00 FEET; THENCE N89'01'22"W 37.00 FEET; THENCE SO°58'38"W 460.03 FEET;THENCE S89001'22"E 37.00 FEET; THENCE SO°58'38"W 75.00 FEET; THENCE N89°01'22"W40.00 a FEET TO SAID EASTERLY MARGIN OF 76TH AVENUE SOUTH, THENCE N0°58'38"E ALONG SAID MARGIN, 706.80 FEET TO THE POINT OF BEGINNING. E as CONTAINING 7,670 SQUARE FEET, MORE OR LESS. 0 z as �O O 2mowt ieie i 4'++. �RL t� ••ii•i C W E a Packet Pg. 57 4.C.a N_ f I O Z F- j O m cli 1 U CC) [ o Q H �T H 1V a c�c0 w w F } tn � Co � �QwObN o u Z '' O mro a� CL L4 v co cuvi � w co A 0 v' -' , H o a ,Zp z°w r�w a lidm ..� 1 +s cn CL I � vA z I O N N N M N N N = r l"' r (� O O CDco O O 3 ® co co40 coco W (1) V) z z z Q O z Ui !U J M M V3 f D v Z I.L w OOOW 00 _ x O Ci p � J a. �O w ao w N pp M ' C CD N I CL E V1 a. >>� 3 0 W Z cofC co __� owQ 00 wzogw`mz sn >ozz ¢O � Ug0 -��nz J (n N z�Ozixw F 14—pW=0ZmT Z6 S QZ=¢wzg V- OU)ZQ! O Ww a=�O�w0uiw � �FwrZx Ir w zz Packet Pg. 58 4.C.a TEMPORARY EASEMENT STATE OF WASHINGTON ) )ss. COUNTY OF KING ) I certify that I know or have satisfactory evidence that7o,-y flrlcx✓S is the person who appeared before me, and said person acknowledged that he/she signed this instrument, on oath and stated that he/she was authorized to execute the instrument and acknowledge it as the 11 of Blue Properties,LLC,to be the free and voluntary act of E such party for the uses and purposes mentioned in the instrument. y w Dated:- /3''� 2 0 L -Notary Seal Must Appear Within This Box- d r c IN WITNESS WHEREOF,I have hereunto set my hand and official seal the day and year first above E writte CYNTHIA STEVENSON cA Notary Public State of Washington if rinted Name) ht'ttQ o Commission#21033050 OTARY PUBLI in and forthe State ._L , Z My Comm. Expires Sep 27, 2025 Washington,residing at PO vu v N y appointment expires �J 4—. 7 c m > Q t m 0 M N C d E d N W r C d E t a LPA-325 Page 3 of(3)Pages Rev.5/2021 Packet Pg. 59 4.C.a After recording return document to: City Clerk City of Kent 220 4th Avenue South Kent, WA 98032 c as E as Document Title: Temporary Easement w Reference Number of Related Document: N/A Grantor(s): Blue Properties, LLC Grantee(s): City of Kent ° a. Legal Description: Ptn. SW t/4 NE t/4 Sec. 12, Twp. 22N, R 4E Additional Legal Description is on Exhibit A of Document. E Assessor's Tax Parcel Number: 122204-9084 Cn 0 TEMPORARY EASEMENT z cn 76th Avenue South-North Segment m Q The Grantor(s), Blue Properties, LLC, for and in consideration of TEN AND NO/100 ($10.00) DOLLARS, and other valuable consideration, conveys and grants unto the City of Kent, and its assigns, Grantee, under the imminent threat of the Grantee's exercise of its right of Eminent Domain, the right, privilege and easement over, upon, through and across the hereinafter described lands for the purpose of constructing new driveways, curbs, drainage, fencing, sidewalks, landscaping, channelization and appurtenances within the construction limits to ensure a smooth transition between new and existing improvements; and to restore any E irrigation or other features disturbed during construction. w r Said lands being situated in King County, State of Washington, and described in Exhibit A and depicted in Exhibit B, attached hereto and made a part hereof. 0 The term of this Temporary Easement shall commence on the date of acceptance of this Q Temporary Easement by Grantee and shall terminate on February 28,2023,hereinafter the"Term". Provided. however, that Grantee's use and occupancy of the easement area is limited to between September 1, 2022 and February 28, 2023. FA No. LPA-325 Page 1 of(3)Pages Parcel Number: 122204-9084 Rev.5/2021 Packet Pg. 60 4.C.a TEMPORARY EASEMENT It is further agreed that this Temporary Easement may be extended by up to six months at the Grantee's option. The rate associated with this extension shall be at the same rate as the original Temporary Easement, or at the newly established rate determined by an updated administrative offer;whichever is higher.Grantee shall notify Grantor in writing prior to exercising this option. Grantee shall provide Grantor written notice no less than three days in advance of Grantee's intent to exercise its rights under this Temporary Easement. E m It is understood and agreed that delivery of this temporary easement is hereby tendered w and that the terms and obligations hereof shall not become binding upon the City of Kent unless and until accepted and approved hereon in writing for the City of Kent,by its authorized agent. 0 L a. Dated: 2022 a� U) Blue Properties, LLC Z BY: Title: Q 0 pp Accepted and Approved p N City of Kent c as E as By: w Dana Ralph c Mayor E Date: , 2022 a LPA-325 Page 2 of(3)Pages Rev.5/2021 Packet Pg. 61 4.C.a TEMPORARY EASEMENT STATE OF WASHINGTON ) ) ss. COUNTY OF KING ) I certify that I know or have satisfactory evidence that h E✓�Im/Cis the person who appeared before me, and said person acknowledged that he/she signed this instrument, on oath and stated that he/she was authorized to execute the instrument and acknowledge it as the c yi2E�-d2 �t �.9ze«r•�5 of Blue Properties,LLC,to be the free and voluntary act of such party for the uses and purposes mentioned in the instrument. 0 w Dated: as 'o L -Notary Seal Must Appear Within This Box- c ]2025 unto set my hand and official seal the day and year first above E wriR°nCYNTNIA STEYEN Notary PublicState of WashingCommission#2103ri ed Name) ZZ 6VQyL� c Z My Comm. Expires Sep TARY PUBLIC,in and for the Stat //�Washington,residing at bU n& My appointment expires 9 c m Q t m 0 M N r C d E N M W r-� C E t V r� r� Q LPA-325 Page 3 of(3)Pages Rev.5/2021 Packet Pg. 62 EXHIBIT_A TAX LOT 1222049084 TEMPORARY CONSTRUCTION EASEMENT THAT PORTION OF THE SOUTHEAST QUARTER OF THE NORTHWEST QUARTER OF SECTION 12, TOWNSHIP 22 NORTH, RANGE 4 EAST, WILLAMETTE MERIDIAN, CITY OF KENT, IN KING COUNTY, WASHINGTON, DESCRIBED AS FOLLOWS: COMMENCING AT THE NORTHEAST CORNER OF SAID SECTION SUBDIVISION; THENCE y S0058'38"WALONG THE NORTH-SOUTH CENTERLINE OF SAID SECTION 12, 316.63 FEET, SAID CENERLINE ALSO BEING THE CENTERLINE OF 76TH AVENUE SOUTH; E THENCE N88"25'40"W 40.00 FEET TO THE WESTERLY MARGING OF SAID 76TH AVENUE N AND THE POINT OF BEGINNING; THENCE CONTINUING N88°25'40"W 68.00 FEET; w THENCE S0058'39"W 8.00 FEET; THENCE S89°01'21"E 8.00 FEET; THENCE SO'°58'39"W 37.08 FEET, THENCE N88°25'40"W 34.79 FEET; THENCE S1 034'20"W 20.00 FEET; THENCE S88025'40"E 35.00 FEET; THENCE SO'58'39"W 75.00 FEET; THENCE S89001'22"E 48.00 FEET; THENCE SO°58'38"W 127.53 FEET; THENCE N89°01'22"W 10.00 FEET, THENCE a S0058'38"W 28.00 FEET; THENCE S89°01'22"E 10,00 FEET; THENCE S0058'38"W 278.90 FEET; N88°31'06"W 66.69 FEET; THENCE S1 034'20"W 126.00 FEET; THENCE S88025'40"E E 80.00 FEET TO SAID WESTERLY MARGIN; THENCE NO'58'38"E ALONG SAID MARGIN, 700.04 FEET TO THE POINT OF BEGINNING. co CONTAINING 24,639 SQUARE FEET, MORE OR LESS. Z v� as c as r♦rr♦rrrsrrr.r..a„ a Q � • 0 r r S y •�abae.arnnrrrrr♦ir m W E a Packet Pg. 63 4.C.a r z � o -m I N H E --I # U wQ cc0- .Q z t'1 r LU ✓ _ >, 0) I �� WC) toN t6 .� O ji N Cl) Z t" o E W ui m ono w w w 3: �� w W v N - CQ d N M 'V C J CO N 00 N' Z Ft to r i- r 41y 0 �CO CO Co1 N C7 t� N p O LO o d HF Co F- CO _ J to r�i;O m M J O O O O O O s�" ' in C00 O CM m C N N Z z #.i. J Co Cd J J J 0) J J J J mul 3 N W l > ip � Q Co Co CO O z — 9 r =pOw O Co 0 � °UJ rNz 4� o N �ww� m U. ° N f° p CO) N W M C � N CO 0 o Z J U p 0 06 (� J V}w Q N '` 00 cn b) r> w-'z ti tj zzZ4 tA' Q so ,ano w �o W�WQ0 ) Oz moow mzoasMS }= = w z°w Wz aw ao LU CD z�vww�¢d _fn � � N ° LL°?aaao: w o z Packet Pg. 64 4.C.a After recording return document to: City Clerk City of Kent 220 4th Avenue South Kent,WA 98032 c as E as Document Title: Temporary Easement w Reference Number of Related Document: N/A , Grantor(s): Blue Properties, LLC Grantee(s): City of Kent ° a. Legal Description: Ptn. SW I/4 NE 1/4 Sec. 12, Twp. 22N, R 4E Additional Legal Description is on Exhibit A of Document. Assessor's Tax Parcel Number: 122204-9085 Cn TEMPORARY EASEMENT z° cn 76th Avenue South-North Segment m The Grantor(s), Blue Properties, LLC, for and in consideration of TEN AND NO/100 ($10.00) DOLLARS, and other valuable consideration, conveys and grants unto the City of Kent, and its assigns, Grantee, under the imminent threat of the Grantee's exercise of its right of Eminent Domain, the right, privilege and easement over, upon, through and across the hereinafter described lands for the purpose of constructing new driveways, curbs, drainage, fencing, sidewalks, landscaping, channelization and appurtenances within the construction limits to ensure a smooth transition between new and existing improvements; and to restore any E irrigation or other features disturbed during construction. w r Said lands being situated in King County, State of Washington, and described in Exhibit A and depicted in Exhibit B, attached hereto and made a part hereof. The term of this Temporary Easement shall commence on the date of acceptance of this Q Temporary Easement by Grantee and shall terminate on February 28,2023,hereinafter the"Term". Provided. however, that Grantee's use and occupancy of the easement area is limited to between September 1, 2022 and February 28, 2023. FA No. LPA-325 Page 1 of(3)Pages Parcel Number: 122204-9085 Rev.5/2021 Packet Pg. 65 4.C.a TEMPORARY EASEMENT It is further agreed that this Temporary Easement may be extended by up to six months at the Grantee's option.The rate associated with this extension shall be at the same rate as the original Temporary Easement, or at the newly established rate determined by an updated administrative offer;whichever is higher.Grantee shall notify Grantor in writing prior to exercising this option. Grantee shall provide Grantor written notice no less than three days in advance of Grantee's intent to exercise its rights under this Temporary Easement. E m It is understood and agreed that delivery of this temporary easement is hereby tendered w and that the terms and obligations hereof shall not become binding upon the City of Kent unless and until accepted and approved hereon in writing for the City of Kent,by its authorized agent. a 0 L a. Dated: l���L� / ' , 2022 U) Blue Properties, LLC Z as By: Title: Q z m 0 Accepted and Approved N City of Kent E m By: w Dana Ralph Mayor E Date: , 2022 a LPA-325 Page 2 of(3)Pages Rev.5/2021 Packet Pg. 66 4.C.a TEMPORARY EASEMENT STATE OF WASHINGTON ) ) ss. COUNTY OF KING ) I certify that I know or have satisfactory evidence that/p, ,�dt,,14.asthe person who appeared before me, and said person acknowledged that he/she signed this instrument, on oath and stated that he/she was authorized to execute the instrument and acknowledge it as the of Blue Properties,LLC,to be the free and voluntary act of E such parry for the uses and purposes mentioned in the instrument. y w Dated:_ A�ey— a� 'o L -Notary Seal Must Appear Within This Box- d r c m IN WITNESS WHEREOF,I have hereunto set my hand and official seal the day and year first above E vmtte m CYNTHIA STEVENSON Notary Public Q�l p ring d Name), �'[!f 1 Q 2.�L5 State of Washington OTARY PUBLIC, i�for the State Z Commission#21033050 My Comm. Expires Sep 27, 2025 Washington,residing at l.L �'l m y appointment expires 17 3 c m Q t m 0 M N C d E d N W r C d E t a LPA-325 Page 3 of(3)Pages Rev.5/2021 Packet Pg. 67 4.C.a EXHIBIT_B TAX LOT 1222049085 TEMPORARY CONSTRUCTION EASEMENT THAT PORTION OF THE SOUTHEAST QUARTER OF THE NORTHWEST QUARTER OF SECTION 12, TOWNSHIP 22 NORTH, RANGE 4 EAST, WILLAMETTE MERIDIAN, CITY OF KENT, IN KING COUNTY, WASHINGTON, DESCRIBED AS FOLLOWS; COMMENCING AT THE NORTHEAST CORNER OF SAID SECTION SUBDIVISION; THENCE y SO°58'38"WALONG THE NORTH-SOUTH CENTERLINE OF SAID SECTION 12, 316.63 FEET, SAID CENERLINE ALSO BEING THE CENTERLINE OF 76TH AVENUE SOUTH; E THENCE N88025'40"W 40.00 FEET TO THE WESTERLY MARGING OF SAID 76TH AVENUE N AND THE POINT OF BEGINNING; THENCE CONTINUING N88'25'40"W 68.00 FEET; w THENCE N1034'20"E 8.00 FEET; THENCE S88°25'40"E 10.00 FEET; THENCE N1°34'20"E ' 99.00 FEET; THENCE S88°25'40"E 46.89 FEET; THENCE NO°58'38"E 103.62 FEET TO SAID WESTERLY MARGIN, SAID POINT ALSO ON A 25.00 FOOT RADIUS, CIRCULAR CURVE 0 TO THE RIGHT, FROM WHICH THE CENTER BEARS S37°50'49"W; THENCE a SOUTHEASTERLY, ALONG SAID WESTERLY MARGIN AND SAID CURVE, THROUGH A CENTRAL ANGLE OF 53°07-49", AN ARC DISTANCE OF 23.18 FEET; THENCE a� CONTINUING ALONG SAID MARGIN, SO°58'38"W 190.72 FEET TO THE POINT OF co BEGINNING. 0 CONTAINING 7,203 SQUARE FEET, MORE OR LESS. Z m 0 c m a°',°°°'°°rrraruraiyq f.�4p° 3 6 { + r rrrf�urrrru+s°+°° m W r-� E a Packet Pg. 68 4.C.a M Z H 0 m I R xm I .00*OV ,OW89-M„OV.5Z,99 N M,.017-9Z.R9 N I O Q I-- m c H Z W °vw a- 00 x �- u> w � °� w � o � LU o N z 0 ao M N > M a. o w z a o o fl w til Cl N m r� o ao z o 04 N ;t r- a M z h z CO E Cl) °' M�o cn U Z Co w (n La a� Co 0 3 0 > t�l g z Q z c°fo 3: CL CD CD LL W z 0 x U)'S W 00LLui CD CD � ow o T U> a Lli L zz U) 04 ui w W W 0o 0o E th 0 N 00 0 u.l 0 z c am I E ui z z� cn w ¢ '=w Co J0 Q HzzW<o go�,moz o-zc 03SnAs ___C� is Hlz1�Z S "-o w= z�T �M ¢zTQwz5ow uj TI*' �4 ��zdU_WwDLu �w <p �r—w -?m0 w z z Packet Pg. 69 4.D PUBLIC WORKS COMMITTEE Chad Bieren, P.E. 220 Fourth Avenue South KENT Kent, WA 98032 WASHINGTON 253-856-5500 DATE: May 2, 2022 TO: Public Works Committee SUBJECT: Consultant Services Agreement with Consor North America, Inc. DBA Murraysmith, Inc. for the Sanitary Sewer Comp Plan - Authorize MOTION: I move to authorize the Mayor to sign a contract with Consor North America, Inc. DBA Murraysmith, Inc. to prepare the 2023 Sanitary Sewer Comprehensive Plan Update in an amount not to exceed $679,565, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: In Washington, all sanitary sewer providers are required to develop a Sanitary Sewer Comprehensive Plan (Plan) meeting the requirements of WAC 173- 240-050, and these plans must be approved by the Washington Department of Ecology. In King County, all sewer plans are reviewed by King County's Utility Technical Review Committee. The Plan will guide the City's near- and long-term investments in the sanitary sewer system. The Plan must be consistent with the City of Kent Comprehensive Land Use Plan, provide a detailed overview of the Kent Sanitary Sewer System and describe future demands on the sanitary sewer system based on growth projections. Modeling will be used to identify potential system deficiencies and to propose capital projects to remedy deficiencies, which will help the City to meet population growth goals. BUDGET IMPACT: Funds for this project have been budgeted in the Sewer Utility Fund. SUPPORTS STRATEGIC PLAN GOAL: Evolving Infrastructure - Connecting people and places through strategic investments in physical and technological infrastructure. Sustainable Services - Providing quality services through responsible financial management, economic growth, and partnerships. ATTACHMENTS: 1. Agreement (PDF) Packet Pg. 70 4.D.a �-00.0��. KENT WAs.1..ToH CONSULTANT SERVICES AGREEMENT between the City of Kent and Consor North America, Inc. DBA Murraysmith, Inc. 0. E 0 THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter v the "City"), and Consor North America,Inc. DBA Murraysmith, Inc. organized under the laws of the State of 3 Oregon, located and doing business at 600 University Street, Suite 300, Seattle, WA 98101, Phone: (206) a: 462-7030, Contact: Drew Henson (hereinafter the "Consultant"). n, c� I. DESCRIPTION OF WORK. c The Consultant shall perform the following services for the City in accordance with the following described plans and/or specifications: o 0 ci c The Consultant shall assist in preparing the 2023 Sanitary Sewer Comprehensive Plan. For a Z description, see the Consultant's Scope of Work which is attached as Exhibit A and incorporated by this reference. L L C� G The Consultant further represents that the services furnished under this Agreement will be performed 3 in accordance with generally accepted professional practices within the Puget Sound region in effect at the time those services are performed. E as a� L II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in a Section I above immediately upon the effective date of this Agreement. The Consultant shall complete the work described in Section I by December 31, 2023. III. COMPENSATION. in r c A. The City shall pay the Consultant, based on time and materials, an amount not to exceed Six M Hundred Seventy Nine Thousand, Five Hundred Sixty Five Dollars ($679,565), for the services described in this Agreement. This is the maximum amount to be paid under this Agreement 0 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 M 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. E m m L B. The Consultant shall submit monthly payment invoices to the City for work performed, and a Q 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 z portion of the invoice not in dispute. In that event, the parties will immediately make every r effort to settle the disputed portion. a C. Card Payment Program. The Consultant may elect to participate in automated credit card payments provided for by the City and its financial institution. This Program is provided as an alternative to payment by check and is available for the convenience of the Consultant. If the CONSULTANT SERVICES AGREEMENT - 1 (Over$20,000) Packet Pg. 71 4.D.a Consultant voluntarily participates in this Program, the Consultant will be solely responsible for any fees imposed by financial institutions or credit card companies. The Consultant shall not charge those fees back to the City. 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: c a A. The Consultant has the ability to control and direct the performance and details of its 0. work, the City being interested only in the results obtained under this Agreement. o U B. The Consultant maintains and pays for its own place of business from which the 3 Consultant's services under this Agreement will be performed. in 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 c retained the Consultant's services, or the Consultant is engaged in an independently in established trade, occupation, profession, or business of the same nature as that involved under this Agreement. 0 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 i Department of Revenue and other state agencies as may be required by the Consultant's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. 3 r F. The Consultant maintains a set of books dedicated to the expenses and earnings of its business. E as a� L V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon a providing the other party thirty (30) days written notice at its address set forth on the signature block of a 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 the Consultant's records or data is not related to this project, it shall be without liability or legal N exposure to the Consultant. VI. FORCE MAJEURE. Neither party shall be liable to the other for breach due to delay or failure in performance resulting from acts of God, acts of war or of the public enemy, riots, pandemic, fire, flood, 0 U or other natural disaster or acts of government ("force majeure event"). Performance that is prevented or delayed due to a force majeure event shall not result in liability to the delayed party. Both parties represent to the other that at the time of signing this Agreement, they are able to perform as required and their performance will not be prevented, hindered, or delayed by the current COVID-19 pandemic, any existing state or national declarations of emergency, or any current social distancing restrictions or personal as protective equipment requirements that may be required under federal, state, or local law in response to the current pandemic. a If any future performance is prevented or delayed by a force majeure event, the party whose performance is prevented or delayed shall promptly notify the other party of the existence and nature of the force majeure event causing the prevention or delay in performance. Any excuse from liability shall be effective only to the extent and duration of the force majeure event causing the prevention or delay in too performance and, provided, that the party prevented or delayed has not caused such event to occur and a continues to use diligent, good faith efforts to avoid the effects of such event and to perform the obligation. Notwithstanding other provisions of this section, the Consultant shall not be entitled to, and the City shall not be liable for, the payment of any part of the contract price during a force majeure event, or any CONSULTANT SERVICES AGREEMENT - 2 (Over$20,000) Packet Pg. 72 4.D.a costs, losses, expenses, damages, or delay costs incurred by the Consultant due to a force majeure event. Performance that is more costly due to a force majeure event is not included within the scope of this Force Majeure provision. If a force majeure event occurs, the City may direct the Consultant to restart any work or performance that may have ceased, to change the work, or to take other action to secure the work or the project site during the force majeure event. The cost to restart, change, or secure the work or project site c arising from a direction by the City under this clause will be dealt with as a change order, except to the a extent that the loss or damage has been caused or exacerbated by the failure of the Consultant to fulfill its Q. obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be o borne by the Consultant. U L VII. DISCRIMINATION. In the hiring of employees for the performance of work under this cn Agreement or any subcontract, the Consultant, its subcontractors, or any person acting on behalf of the n, Consultant or subcontractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national c�a origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who 'E is qualified and available to perform the work to which the employment relates. The Consultant shall execute cn 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. 0 VIII. INDEMNIFICATION. The Consultant shall defend, indemnify and hold the City, its officers, c officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or S 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. i L The City's inspection or acceptance of any of the Consultant's work when completed shall not be grounds to avoid any of these covenants of indemnification. 3 r 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 E 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, a and the Consultant's liability accruing from that obligation shall be only to the extent of the Consultant's a negligence. a� IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION N 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. 0 U In the event the 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 the 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 E on the Consultant's part. m L The provisions of this section shall survive the expiration or termination of this Agreement. Q IX. 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. c� r X. EXCHANGE OF INFORMATION. The City will provide its best efforts to provide reasonable a accuracy of any information supplied by it to the Consultant for the purpose of completion of the work under this Agreement. CONSULTANT SERVICES AGREEMENT - 3 (Over$20,000) Packet Pg. 73 4.D.a XI. 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. The 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 c City's use or reuse of any of the documents, data, and files created by the Consultant for this project by a anyone other than the Consultant on any other project shall be without liability or legal exposure to the o. Consultant. E 0 U XII. CITY'S RIGHT OF INSPECTION. Even though the Consultant is an independent contractor with the authority to control and direct the performance and details of the work authorized under this a3i Agreement, the work must meet the approval of the City and shall be subject to the City's general right of n, inspection to secure satisfactory completion. c�a .E XIII. WORK PERFORMED AT CONSULTANT'S RISK. The Consultant shall take all necessary in 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 Z be done at the Consultant's own risk, and the Consultant shall be responsible for any loss of or damage to 0 materials, tools, or other articles used or held for use in connection with the work. c Z XIV. MISCELLANEOUS PROVISIONS. �= E A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its i 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 3 r 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 E covenants, agreements or options, and the same shall be and remain in full force and effect. a� a C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and a construed in accordance with the laws of the State of Washington. If the parties are unable to settle any .2 dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means a� of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules N 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 5 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 0 award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's •• right to indemnification under Section VIII of this Agreement. M 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 a notice hereunder shall become effective three (3) business days after the date of mailing by registered or m 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. Q 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. a 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 the Consultant. CONSULTANT SERVICES AGREEMENT - 4 (Over$20,000) Packet Pg. 74 4.D.a 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. c a H. Compliance with Laws. The Consultant agrees to comply with all federal, state, and municipal 0. laws, rules, and regulations that are now effective or in the future become applicable to the Consultant's o business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of U the performance of those operations. 3 a� I. Public Records Act. The Consultant acknowledges that the City is a public agency subject to N 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 a be subject to public review and disclosure, even if those records are not produced to or possessed by the cn 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. 0 4- 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. E L L C� G 3 r c m E as a� L a V N r Y 0 U r M C N E N d L a E a CONSULTANT SERVICES AGREEMENT - 5 (Over$20,000) Packet Pg. 75 4.D.a 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. c IN WITNESS, the parties below execute this Agreement, which shall become effective on a. the last date entered below. All acts consistent with the authority of this Agreement and prior 0. to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed o to have applied. v L CONSULTANT: CITY OF KENT: L By. By. fA Print Name: Print Name: Dana Ralph 0 4- Its Its Mayor c DATE: DATE: L NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: 3 r Drew Henson Chad Bieren, P.E. Consor North America,Inc. DBA Murraysmith, Inc. City of Kent E 600 University Street, Suite 300 220 Fourth Avenue South Seattle, WA 98101 Kent, WA 98032 Q m (206) 462-7030 (telephone) (253) 856-5500 (telephone) N/A (facsimile) (253) 856-6500 (facsimile) r c R APPROVED AS TO FORM: c 0 U Kent Law Department r M ATTEST: a� E a� m L Kent City Clerk Q Murraysmith-Sewer Comp Plan/Holcomb E V Q CONSULTANT SERVICES AGREEMENT - 6 (Over$20,000) Packet Pg. 76 4.D.a 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. E U 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. L 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 CCU determination regarding suspension or termination for all or part of the Agreement; L The questions are as follows: ,0 Li c 1. I have read the attached City of Kent administrative policy number 1.2. r 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, U, race, color, national origin, age, or the presence of all sensory, mental or physical disability. L 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 3: employer. E 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. a a� 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the •2 Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. c By signing below, I agree to fulfill the five requirements referenced above. N c 0 U By: r M For: a� Title: L Date: Q c a� E r Q EEO COMPLIANCE DOCUMENTS - 1 Packet Pg. 77 4.D.a CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 c a 0. E 0 U L SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 3 CONTRACTORS APPROVED BY Jim White, Mayor in POLICY: c 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 L employment opportunity within their organization and, if holding Agreements with the City 2 amounting to $10,000 or more within any given year, must take the following affirmative steps: Z 1. Provide a written statement to all new employees and subcontractors indicating E commitment as an equal opportunity employer. L L 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's 3 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. E a� L Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public a Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these cn regulations are familiar with the regulations and the City's equal employment opportunity c policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. 0 r M C N E N d L a E a EEO COMPLIANCE DOCUMENTS - 2 Packet Pg. 78 4.D.a CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the 2 Agreement. 0. E 0 U I, the undersigned, a duly represented agent of 3 a� Company, hereby acknowledge and declare that the before-mentioned company was the prime U) L contractor for the Agreement known as that was entered into on the (date), between the firm I represent and the City of cn a� Kent. L 0 V I declare that I complied fully with all of the requirements and obligations as outlined in the City r of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. 3 r a� E By: a a For: N a� Title: a� r Date: c 0 U r M C E d L Q E 0 Q EEO COMPLIANCE DOCUMENTS - 3 Packet Pg. 79 4.D.a EXHIBIT A SCOPE OF WORK 2023 Sanitary Sewer Comprehensive Plan o U City of Kent 3 a� Statement of Understanding The City of Kent (City) currently operates a 24-square mile sewer collection and conveyance r system that discharges to the King County regional sewer system. The City last prepared an o updated Sewer Comprehensive Plan in 2012 and would like a new planning document to help guide near and long-term investments in their sewer system. The City's 2023 Sanitary Sewer Comprehensive Plan (Plan) will meet the requirements of WAC 173-240-050 to be approved by r the Washington State Department of Ecology (Ecology). Additionally, the plan will follow King County's Utility Technical Review Committee (UTRC) planning requirements for approval by the L committee. ' The consultant team is led by Murraysmith (Consultant) as the prime consultant and includes sub- 3 consultants FCSG for financial analysis and documentation, ADS Environmental (ADS) for flow monitoring, and Barney & Worth for funding opportunities. E a� L Q Scope of Services To maximize the available information and to streamline the Project, all tasks include the following five (5) components: c ■ Objective—Summary of the goals that will be achieved by each task N ■ Work Tasks—Tasks that will be completed by the Consultant c ■ Receivables— Information that will be provided by the City v ■ Deliverables—The finished product that will be delivered to the City ■ Assumptions—Assumptions used to develop each task c Specific Tasks L City staff will be actively engaged throughout the project, utilizing a series of workshops and Q presentations to solicit City input and develop consensus at key points in the planning process. Tasks in this Scope of Work include: E U ■ Task 1— Project Management a ■ Task 2 —Coordination with Ecology and UTRC ■ Task 3 — Data Collection and Review City of Kent MURRAYSMITH 2O23 Sanitary Sewer Comprehens March 2022 Packet Pg. 80 4.D.a ■ Task 4— Flow Monitoring ■ Task 5 — Basis of Planning and Regulatory Requirements ■ Task 6— Existing Collection and Conveyance Sewer System Summary ■ Task 7—Sewer System Evaluation • Task 8—Wastewater Treatment and Water Reclamation and Reuse 0. ■ Task 9—Operations and Maintenance o ■ Task 10—Capital Improvement Plan ■ Task 11— Funding Opportunities ■ Task 12 — Financial Analysis N ■ Task 13 — Plan Development and Approval Process ■ Task 14—Supplemental Services ■ Task 15 —Contingency N m r L A detailed breakdown of the tasks and subtasks that comprise the Scope of Work follows and ,0 aligns with the tasks included in the Fee Estimate (Exhibit B). Murraysmith Project Staff E The following individuals from Murraysmith are key staff. Changes to key staff must be approved 3 in writing from the City: • Adam Schuyler— Principal-in-charge 3 c • Drew Henson — Project Manager as a� Task 1 - Project Management a Objective Provide overall leadership and team strategic guidance aligned with City of Kent staff objectives. Coordinate, monitor, and control the project resources to meet the technical, communication, f° and contractual obligations required for developing and implementing the project scope. Conduct QA/QC procedures. v r Activities M 1.1 Invoices/Status Reports as Prepare month) invoices including expenditures b task hours worked b project personnel, and p Y� � g p Y � Yp J p � o, other direct expenses with the associated backup documentation. Monthly status reports will Q accompany each invoice and include comparisons of monthly expenditures and cumulative charges to budget by Task, including cost-to-complete, earned value, cash flow, and sub- E consultant participation. r Q City of Kent MURRAYSMITH 2O23 Sanitary Sewer Comprehensive Plan March 2022 2 C:\Users\cma loney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU 60N\20220330 - 2023 Sanitary Sewer Comp Plan SOW Clean.docxc:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330 - 2023 Sanitary Sewer Comp P packet P �� Clean.docxC:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330-2023 Sanitary Sewer Comp Plan SOW Clean.docx g 4.D.a 1.2 Project Kickoff Meeting Prepare for and attend project kickoff meeting with City staff and key team members. Murraysmith to prepare for, attend, and lead the kickoff meeting. Prepare a detailed meeting c agenda and distribute before the kickoff meeting for City review. Prepare and distribute minutes 0. after the meeting. E 0 U L 1.3 Coordination with City Staff 3 a� Coordinate with City staff by regular status reports, monthly status meetings, weekly telephone communication, and e-mail during the project. City PM to be copied on all email communications with City staff. in as 1.4 Coordination with Subconsultants o 0 Coordinate with and manage subconsultants on specific tasks, scope, and budget to facilitate S execution of the Scope of Services. r E 1.5 Development of Project Management Plan L L Develop Project Management Plan (PMP) that includes the signed contract, work assignments, z project work plans, communication protocol, quality control plan, schedule, health and safety 3 plan, and invoicing procedures. m E 1.6 Decision Log a Develop, maintain, and monitor a decision log to document major project decisions. Decision log will be a Microsoft Excel file with access provided to the consulting team and City staff. .2 a� 1.7 Quality Assurance/Quality Control(QA/QC) Quality Assurance/Quality Control (QA/QC): Perform QA/QC at all key milestones and on all project N deliverables. o U Receivable M ■ Deliverable review comments c as E Deliverables L a ■ Consultant shall deliver to the City a monthly invoice and status report covering: as E o Work (hours) on the project performed during the previous month broken up by task U o Meetings attended o Problems encountered and actions taken for their resolution a o Potential impacts to submittal dates, budget shortfalls or optional services City of Kent MURRAYSMITH 2O23 Sanitary Sewer Comprehensive Plan March 2022 3 C:\Users\cma loney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU 60N\20220330 - 2023 Sanitary Sewer Comp Plan SOW �f Clean.docxc:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330 - 2023 Sanitary Sewer Comp P packet P 8' Clean.docxC:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330-2023 Sanitary Sewer Comp Plan SOW Clean.docx g 4.D.a o Budget Analysis o Issues requiring project team action ■ Draft and Final Project Management Plan in PDF format c ■ Kickoff meeting agenda and minutes Q. ■ Updated monthly schedule, when applicable o ■ Decision Log form L Assumptions 3 ■ The project duration is anticipated to be 30 months, assuming flow data collection starts in September 2022. ■ Kickoff meeting will be virtual and will be attended by four (4) members of the Consultant in as team. r ■ Meeting agenda will be submitted to City five (5) working days in advance of meetings and ,o workshops for City review and input. ■ City review period for deliverables is ten (10) working days. — ■ City review comments will be compiled into a single document before submitting to consultant. N ■ Weekly meetings between the consultant and City project managers are assumed to be 30 L minutes in length and will occur virtually via telephone or Teams. ■ Thirty (30) monthly half-hour meetings with the Consultant's Principal-in-Charge, Project Manager, Project Engineer, and the City Project Manager are assumed. 3 ■ Thirty (30) progress payments/status reports are assumed. E as a� Task 2 — Coordination with Ecology and UTRC a Objective Perform coordination with the Ecology representative and King County UTRC representative to facilitate efficient and complete delivery and approval of the Plan. c Work Tasks ° U r 2.1 Ecology Kickoff Meeting M Prepare for and attend a project kickoff meeting with Ecology to review project objectives, work plan, schedule, and receive Ecology input. E as L 2.2 Coordination with Ecology Q Coordinate with Ecology. E U r a City of Kent MURRAYSMITH 2O23 Sanitary Sewer Comprehensive Plan March 2022 4 C:\Users\cma loney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU 60N\20220330 - 2023 Sanitary Sewer Comp Plan SOW Clean.docxC:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330 - 2023 Sanitary Sewer Comp P packet P 83 Clean.docxC:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330-2023 Sanitary Sewer Comp Plan SOW Clean.docx g 4.D.a 2.3 UTRC Kickoff Meeting Prepare for and attend a project kickoff meeting with UTRC to review project objectives, work plan, schedule, and receive Ecology input. c a 2.4 Coordination with UTRC E 0 U Coordinate with UTRC. 3 a� Receivables .E ■ None m Deliverables 0 ■ Ecology Kickoff meeting agenda and minutes. c ■ UTRC Kickoff meeting agenda and minutes. r E Assumptions L L ■ City staff will identify Ecology representative and facilitate scheduling of Ecology kickoff meeting. 3 ■ City PM will attend all meetings with Ecology and UTRC. ■ Kickoff meeting with Ecology and kickoff meeting with UTRC will be virtual. E as a� L Task 3 — Data Collection and Review a Objective Collection of existing flow data and background information for the system, including pipe, pump station, and operations information. The data and information compiled and reviewed in this Task will aid in completing future Tasks. c U 3.1 Develop and Submit Data Collection Request Log M Prepare and maintain a list of data needed for the project, submit list to the City, and coordinate , with the City during the data collection process by using the Data Collection Request Log. Update the Data Collection Request Log based on data availability and as data is received. The log to be accessible to consultant and City staff such that duplicate data requests are not made. Q Obtain available existing information, including but not limited to (as available): E ■ GIS layers (attributes) U r a o Pipeline condition assessment and ranking in available format. City of Kent MURRAYSMITH 2O23 Sanitary Sewer Comprehensive Plan March 2022 5 C:\Users\cma loney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU 60N\20220330 - 2023 Sanitary Sewer Comp Plan SOW Clea n.docxC:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330 - 2023 Sanitary Sewer Comp P packet P 84 Clean.docxC:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330-2023 Sanitary Sewer Comp Plan SOW Clean.docx g 4.D.a o Pipes (diameter, length, upstream and downstream MH connectivity and invert elevations, material) o Manholes (depth/invert elevation, rim elevation, connecting pipe offsets) o Soil info (geologic classification, infiltration rates or hydraulic conductivity) o Parcels 0 o Right-of-way (ROW) o o Flow monitors and Rain Gauge locations o Streets 3 as o Water bodies N o Topography (5-foot or less resolution elevation) o Pump Stations o Other storage and diversion structures N as r ■ Flow and rainfall monitoring data in 15-minute increments or less ,o ■ Large user (industrial, institutional, etc.) flow data estimates if available c ■ Existing population and future projections, employment data if available — Z ■ Pump station parameters and condition information (pump curve, start/stop elevations, point of operation if variable speed pumps are used) ■ Wet well dimensions and as-built drawings L ■ Force main profile, size, length, and material ■ Pipe/Manhole Condition Information ■ Water consumption data for service area 3 c ■ Design standards including minimum slopes, design rainfall storm events, maximum allowable d/D (depth/Diameter) ratios by pipe sizes, peaking factors, allowable infiltration/inflow rates (gallons per acre or gallons per feet of pipe or gallons per inch- a diameter-mile) ■ City agreements with adjacent sewer providers (inter-governmental agreements) ■ Current Rate Study in ■ Other information as requested �a 3.2 Review Data Provided by City 0 U Review and catalogue the data provided by the City. r Receivables ■ Pertinent records, drawings, and information relevant to the sanitary sewer collection and E conveyance systems. ■ Information compiled and requested in the Data Collection Log. Q Deliverables E U ■ Data Collection Request Log a City of Kent MURRAYSMITH 2O23 Sanitary Sewer Comprehensive Plan March 2022 6 C:\Users\cma loney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU 60N\20220330 - 2023 Sanitary Sewer Comp Plan SOW e Clean.docxc:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330 - 2023 Sanitary Sewer Comp P packet P 8` Clean.docxC:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330-2023 Sanitary Sewer Comp Plan SOW Clean.docx g 4.D.a Assumptions ■ City staff to provide data requested in most appropriate and useful format within ten (10) working days of the data request. • Budget has been developed assuming all data is provided in electronic format. a • E Background information contained in previous sewer plan developed by City can be 0 leveraged for this scope of work. L 3 Task 4 — Flow Monitoring N Objective Determine flow monitoring needs and coordinate with ADS to perform flow monitoring. r Determine current and future wastewater flow projections. ,0 ci c Work Tasks E 4.1 Flow Monitoring Plan L L Review collection and conveyance network to recommend flow monitoring locations. Use King County monitoring locations to the extent feasible. Develop and submit a Flow Monitoring Plan for City review and approval. 3 r c as 4.2 Flow Monitoring Data a� L ADS to perform flow monitoring in accordance with the Flow Monitoring Plan. Assume up to a eleven locations to be installed. ADS to provide finalized data to Murraysmith for use in 1/1 analysis and flow monitoring at the end of the agreed upon monitoring period. r Request flow monitoring data from King County for locations installed in the vicinity of the Kent collection system. c 0 Receivables U r ■ Comments on Flow Monitoring Plan ■ Identification of areas of growth in the study area. a� Deliverables • Flow Monitoring Plan Q ■ Flow monitoring data U r a City of Kent MURRAYSMITH 2O23 Sanitary Sewer Comprehensive Plan March 2022 7 C:\Users\cma loney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU 60N\20220330 - 2023 Sanitary Sewer Comp Plan SOW Clean.docxc:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330 - 2023 Sanitary Sewer Comp P packet P 86 Clean.docxC:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330-2023 Sanitary Sewer Comp Plan SOW Clean.docx g 4.D.a Assumptions ■ Flow monitors data collection period will capture rainfall events to sufficiently complete 1/1 c analysis. • Data collection period will be four (4) months (expected September 2022 through 0. December 2022) o U L Task 5 — Basis of Planning and Regulatory Requirements Objective Establish the Basis of Planning for the Plan. Document the regulatory requirements guiding the N as Plan and establish the service area. r L 0 Work Tasks 5.1 Regulatory Requirements Review and document the project-specific regulatory requirements and criteria, potential future L requirements/trends, including: ■ Previous Planning Efforts— Provide a written summary of recent planning efforts. 3 r ■ Federal, State, and Local Rules and Regulations — Document Federal, State, and local rules and regulations that relate to the City's sanitary sewer systems, including the Washington E Criteria for Sewerage Works Design ("Orange Book") ■ City Design and Construction Standards and Specifications N ■ Collection System Planning Criteria — Identify planning design criteria, including defining pipe deficiency criteria. Additional criteria may include pump station firm capacity, force main maximum velocity, and gravity pipeline minimum scouring velocity. N r c �a 5.2 Service Area and Vicinity N c 0 Review the current jurisdictional boundaries and land use designations (existing and those under U development within separate contract by Kent Economic and Community Development (ECD) for a revised Comprehensive Plan) to establish the study area for the planning horizons. Review and characterize the adjacent jurisdiction's service area in relation to the City's service area. a� E Develop base map of the service area. L a 5.3 Sewer Basins a� Review delineations of the existing sewer basins to define extents for the Plan. Document pertinent information including area, summary of sewer system components contained in each 2 sewer basin, and land uses. Develop base map showing sewer drainage basins. a City of Kent MURRAYSMITH 2O23 Sanitary Sewer Comprehensive Plan March 2022 8 C:\Users\cma loney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU 60N\20220330 - 2023 Sanitary Sewer Comp Plan SOW Clean.docxc:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330 - 2023 Sanitary Sewer Comp P packet P 87 Clean.docxC:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330-2023 Sanitary Sewer Comp Plan SOW Clean.docx g 4.D.a 5.4 Basis of Planning Workshop Conduct a workshop with City staff to review the results of the previous work tasks and get input on information prior to development of Plan Chapter 1 — Basis of Planning. c a 0. 5.5 Draft Chapter 1 — Basis of Planning o U Develop the Draft Chapter 1— Basis of Planning by compiling the results of Task 5. Submit draft to 3 City for review and revise per comments. in Receivables ■ Current sewered customer information ■ Large, non-residential wastewater customers and flows 2018-2021 0 ■ Land-use and service area changes, specifically where there are projected re-zones or ci expected service extensions. ■ Current population numbers for 2021 and future population projections for the 6- and 20- r year planning horizons. N ■ Copy of the 2012 Sewer Plan developed by the City. i ■ Comments on Draft Chapter 1. z Deliverables 3 ■ Draft Chapter 1— Basis of Planning E ■ Agenda and minutes for the Basis of Planning Workshop a Assumptions ■ Water meter consumption data is available for most sewer customers Consultation with in other Water Districts for water meter data will be required. City staff to facilitate request for water meter consumption data from other Water Districts. ■ Any sewer basin revisions will be reviewed and approved by the City prior to finalization. c ■ Sewered customer information and large, non-residential wastewater customers are used v to develop sewerage per capita rates as well as inform flow loading projections. ■ Land-use projections and zoning information to be coordinated with City's ECD department as well as the consultant updating the City's Comprehensive Plan concurrently with this plan. It is assumed that the information will be available from that team in concurrence with the Sewer Comprehensive Plan schedule. City staff to facilitate L communication between consultant teams. a ■ Up to two (2) staff from Murraysmith will attend the Basis of Planning workshop, which will be up to two (2) hours in duration and be virtual. E ■ Information in the 2012 Sewer Plan related to this chapter is still relevant and can be used U for portions of Chapter 1. City to confirm relevancy of previous plan as requested by the a Consultant. City of Kent MURRAYSMITH 2O23 Sanitary Sewer Comprehensive Plan March 2022 9 C:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU 60N\20220330 - 2023 Sanitary Sewer Comp Plan SOW Clean.docxc:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330 - 2023 Sanitary Sewer Comp P packet P �� Clean.docxC:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330-2023 Sanitary Sewer Comp Plan SOW Clean.docx g 4.D.a Task 6 — Existing Collection and Conveyance Sewer System Summary Objective a Provide an overview of the existing system using the sewer system information received in Task 3. E 0 Work Tasks L 3 a� 6.1 System Overview N Review and summarize existing system components, operation, and facility upgrades. Summarize c the City's existing Utility Management Structure. Document, review, and summarize N m intergovernmental agreements related to the sewer conveyance system. r L 0 6.2 Existing Collection and Conveyance Facilities c Review and document the City's existing collection and conveyance system including an inventory r of existing conveyance piping, hydraulic structures including outfalls, and pump stations. L 6.3 Current and Future Sewer Flow Projections Document existing and future population and employment numbers in the service area and for 3 the planning horizons. Utilize available flow monitoring data, water meter consumption data, and other sources to characterize wastewater flows for the existing system including: E a� L ■ Average Dry Weather Flow (ADWF) rate in gallons per capita per day (gpcd) using flow a monitoring data a U ■ 24-hour weekday and weekend patterns for each flow monitoring site ■ Separation of domestic wastewater and infiltration/inflow (1/1) using water meter data in ■ Large/Industrial users ■ 1/1 coefficients and unit rates to characterize metersheds ■ Wet weather flows (also to be generated through H/H modeling) c U Develop future wastewater flow projections for the same metrics using future population and r growth projections. It is anticipated that the future ADWF to be based on existing per unit rate M developed for the current conditions in conjunction with future population estimates. a� 6.4 Draft Chapter 2—Existing Collection & Conveyance Sewer System L Develop Draft Chapter 2 by compiling the results of Task 5. Submit draft to City for review and Q revise per comments. E Receivables a ■ Information related to criticality of existing sewer facilities. City of Kent MURRAYSMITH 2O23 Sanitary Sewer Comprehensive Plan March 2022 10 C:\Users\cma loney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU 60N\20220330 - 2023 Sanitary Sewer Comp Plan SOW Clean.docxc:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330 - 2023 Sanitary Sewer Comp P packet P 89 Clean.docxC:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330-2023 Sanitary Sewer Comp Plan SOW Clean.docx g 4.D.a ■ Comments on Draft Chapter 2 Deliverables ■ Draft Chapter 2— Existing Collection & Conveyance Sewer System a. Q. E Assumptions L 3 ■ Flow monitoring data and data collected by ADS are suitable for use in developing current in system flows. ■ The City has collection and conveyance facility inventories that can be compiled for inclusion in the plan. in ■ Information in the 2012 Sewer Plan related to this chapter is still relevant and can be used r for portions of Chapter 1. City to confirm relevancy of previous plan as requested by the o Consultant. c Task 7 — Sewer System Evaluation E Objective L C� G Analyze the major components of the City's sewer collection and conveyance system, including collector and trunk lines, pump stations, and force mains. Identify deficiencies and improvements 3 r associated with system capacity and condition, infiltration and inflow, and planned growth. The sewer system evaluation consists of three main components that build off the findings of Tasks 3, 4, and 5: hydraulic analysis and condition assessment. a Work Tasks 7.1 Hydraulic Modeling N r c �a Develop a hydraulic model representing the City's collection and conveyance system. Model to be N developed from the City's GIS hydraulic information for pipes, manholes, and pump stations. Set c up model hydrology including informed by the sewer basins established in Task 5. Set up dry v weather flow parameters using ADWF determined in Task 5.The hydraulic resolution of the model to include all major interceptors and collector pipes necessary to analyze the collection system. c Calibrate the updated model to flow monitoring data collected in Task 4. Use peak flow and total E flow volume as the calibration metrics. a L a Develop and submit the Hydraulic/Hydrologic (H/H) modeling Technical Memorandum discussing model update and calibration to be appended to the Plan. U Develop a rainfall timeseries to use to analyze the system. Rainfall timeseries will be approved by 2 the City prior to use and will include a design storm of a given recurrence interval (e.g., 5-, 10- or a 25-year) to be used in Task 7.2 Capacity Analysis to inform level of service analysis. City of Kent MURRAYSMITH 2O23 Sanitary Sewer Comprehensive Plan March 2022 11 C:\Users\cma loney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU 60N\20220330 - 2023 Sanitary Sewer Comp Plan SOW f� Clean.docxc:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330 - 2023 Sanitary Sewer Comp P packet P no Clean.docxC:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330-2023 Sanitary Sewer Comp Plan SOW Clean.docx g 4.D.a 7.2 Capacity Analysis Evaluate existing system performance under dry and wet weather conditions using the calibrated H/H model and rainfall timeseries from Task 7.1. Identify system deficiencies using the established a planning criteria from Task 5. Update the calibrated H/H model loading for the 20-year planning Q. horizons. Evaluate future system performance and level of service for dry and wet weather and i0 identify system deficiencies using the planning criteria established in Task 5. 3 Develop level of service (LOS) maps for the existing system and 20-year planning horizon by in comparing simulation results using the design rainfall timeseries with the identified deficiency criteria from Task 5.1. Deficiency criteria will define allowable flow in a pipe before it is deemed capacity deficient. Criteria typically include allowable ratio of water depth to pipe diameter (d/D) N as or allowable surcharge (e.g., one foot of surcharge above a pipe crown). Level of service is r L determined from the deficiency criteria in conjunction with the design storm reoccurrence interval ° (e.g., if a pipe violates the capacity deficiency criteria for a 5-year design storm, then that pipe has 9 a less than 5-year level of service). A GIS layer to be provided along with the maps. r E 7.3 Sewer System Evaluation Workshop L L Conduct a workshop with City staff to review the results of the system analysis and inventory of feasible alternatives, e.g., alternative piping alignments, pump station capacity upgrades, basin 3 interconnections, and/or pipe upsizing. as 7.4 Pump Station Condition Assessments as L Develop pump station condition assessment criteria and tracking forms. Each criterion to have a N numeric score associated with it based on importance to facilitate ranking pump stations based 2 on condition needs. Submit criteria and forms to City for approval priorto assessing pump stations. r Conduct pump station condition assessment site visits with City staff. Evaluate the condition of a major station components by visual inspection documenting the general condition of the N structural, electrical, and mechanical systems that comprise the stations. Assign a condition rating v to document the site visit using the tracking form. r 7.5 Collection System Pipe and Manhole Condition Assessments c Perform desktop collection system condition assessment of piped system and hydraulic structures E based on information provided by the City such as pipe age, material, and known issues. Compile L information in a spreadsheet and assign condition score. Provide recommendation on scoring Q methodology to be approved by the City prior to scoring assets. The score to be based primarily on age, material, and known issues. E U r a City of Kent MURRAYSMITH 2O23 Sanitary Sewer Comprehensive Plan March 2022 12 C:\Users\cma loney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU 60N\20220330 - 2023 Sanitary Sewer Comp Plan SOW Clean.docxc:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330 - 2023 Sanitary Sewer Comp P packet P 91 Clean.docxC:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330-2023 Sanitary Sewer Comp Plan SOW Clean.docx g 4.D.a 7.6 Condition Assessment Workshop Conduct a workshop with City staff to review the results of the condition assessment, confirm the feasibility of alternatives. a 0. E 0 U 7.7 Draft Chapter 3 —Sewer System Evaluation 3 a� Develop Draft Chapter 3 by compiling the Task 7 results. Submit draft to City for review and revise N per comments. The Chapter to include sections for hydraulic analysis and condition assessment. .E Receivables ■ Information on collection system asset condition to facilitate desktop review of piped ,0 systems c ■ Comments on Draft Chapter 3 ■ Input on Pump Station Condition Assessment form Deliverables ■ H/H Modeling Technical Memorandum ■ Calibrated H/H Model 3 r ■ LOS Maps for Existing System and corresponding GIS shapefile ■ Map, and corresponding GIS shapefiles, showing condition ranking for pipes and structures ■ Criteria and methodology for condition assessment scoring, likelihood of failure, and a consequence of failure ■ Draft Chapter 3 —Sewer System Evaluation ■ Agenda and meeting minutes for the two (2) workshops under this task cn r c Assumptions ■ Model platform to be PCSWMM. 0 ■ Model will be calibrated at up to eighteen (18) locations for up to three (3) storm events r at each location, if available from the available data. ■ Deficient pipes will be sized per established planning criteria from Task 5. ■ Intermediate (6-year) analysis to be used for CIP phasing. Model scenarios will not be created for the 6-year planning horizon because no significant land use or population E changes are anticipated over that time horizon. ■ Budget estimate for capacity analysis assumes fifty deficiencies, which is approximately Q two (2) deficiencies per sewer basin. ■ The consultant is not tasked with reviewing CCTV data. ■ City will provide electronic information on collection system (pipe, manholes or other r hydraulic structures) asset condition. No field work or CCTV review time is included in this a scope. City of Kent MURRAYSMITH 2O23 Sanitary Sewer Comprehensive Plan March 2022 13 C:\Users\cma loney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU 60N\20220330 - 2023 Sanitary Sewer Comp Plan SOW f��f Clean.docxc:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330 - 2023 Sanitary Sewer Comp P packet P 7L Clean.docxC:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330-2023 Sanitary Sewer Comp Plan SOW Clean.docx g 4.D.a ■ Pump station condition assessment assumes three (3) Consultant team members for one (1) hour per station for two (2) pump stations. ■ Pump station sites will be accessible and qualified City personnel and an electrician will be able to open electrical equipment for viewing. ■ The City has information regarding vulnerability and consequence of failure for the Q. collection system such as a ranking of the most critical system components. o ■ Up to three (3) Murraysmith staff will attend brainstorming meeting and each identified v L workshop in this task which will be two (2) hours in duration each. Meetings will be virtual. Task 8 — Wastewater Treatment and Water Reclamation and Reuse Objective L Briefly summarize wastewater treatment and (potential) water reclamation and reuse for the ,0 City's sanitary sewer system. Work Tasks 8.1 Existing Wastewater Treatment and Water Reclamation and Reuse L Summarize the treatment of the City's wastewater by King County. Summarize existing programs within the City e.g., rain barrels, rain gardens, and low impact development. Summarize King 3 r County's water reclamation and reuse of the City's wastewater. as 8.2 Draft Chapter 4 — Wastewater Treatment and Water Reclamation and Reuse Q Develop Draft Chapter 4-Wastewater Treatment and Water Reclamation and Reuse by compiling the Task 8 results. Submit draft to City for review and revise per comments. r Receivables ■ None 0 U Deliverables M ■ Draft Chapter 4 - Wastewater Treatment and Water Reclamation and Reuse a� E Assumptions L ■ This chapter is required to satisfy Ecology and UTRC requirements. Q a� E z U r Q City of Kent MURRAYSMITH 2O23 Sanitary Sewer Comprehensive Plan March 2022 14 C:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU 60N\20220330 - 2023 Sanitary Sewer Comp Plan SOW Clean.docxc:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330 - 2023 Sanitary Sewer Comp P packet P 93 Clean.docxC:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330-2023 Sanitary Sewer Comp Plan SOW Clean.docx g 4.D.a Task 9 — Operations and Maintenance Objective a Document current O&M program and provide comparison to similarly sized utilities. 0 Work Tasks L 3 9.1 Workshop with O&M Staff in Conduct a workshop with 0&M staff to gain understanding of the City's current practices and c programs, to define content and format of the 0&M chapter, and to discuss 0&M activities for N sewer system. as r L 0 9.2 Current O&M Program c Review and summarize current 0&M program practices as determined from existing 0&M r materials and through workshop with 0&M staff. Provide recommendations for CCTV review, guidance as to what constitutes a deficiency, and CCTV documentation. L 9.3 Staffing Summary 3 Summarize benchmarks comparing City staffing with similarly sized sewer utilities. E as 9.4 Draft Chapter 5— Operations and Maintenance a Develop the Draft Chapter 5—Operations and Maintenance by compiling the Task 9 results. Submit draft to City for review and revise per comments. a� Receivables ■ Current O&M staffing ■ Current O&M and safety practices and programs v ■ Documentation of items to be included in 0&M Plan Chapter. ■ Comments on Draft Chapter 5 M Deliverables ■ Draft Chapter 5 —Operations and Maintenance Q ■ Documentation of benchmarking 0&M staffing compared to other utilities. ■ Agenda and meeting minutes for 0&M workshop U r a City of Kent MURRAYSMITH 2O23 Sanitary Sewer Comprehensive Plan March 2022 15 C:\Users\cma loney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU 60N\20220330 - 2023 Sanitary Sewer Comp Plan SOW Clean.docxc:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330 - 2023 Sanitary Sewer Comp P packet P 94 Clean.docxC:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330-2023 Sanitary Sewer Comp Plan SOW Clean.docx g 4.D.a Assumptions ■ Up to three (3) Murraysmith staff will attend each identified workshop in this task which will be up to two (2) hours in duration each. Workshops to be held virtually. Information in the 2012 Sewer Plan related to this chapter is still relevant and can be used Q ■ . for portions of Chapter 1. City to confirm relevancy of previous plan as requested by the o Consultant. L 3 Task 10 — Capital Improvement Plan N Objective Develop the Capital Improvement Plan (CIP) for the 20-year planning horizon with a year-by-year r CIP for the first six (6) years of the planning horizon. The basis for the CIP is the selection of ,0 preferred alternatives and the corresponding work completed under previous tasks. Work Tasks 10.1 Unit Costs Development L Compile unit costs for sewer infrastructure projects including piping, manholes, pump stations, and other structures. Submit proposed unit cost tables to City for approval prior to developing 3 r project costs. as 10.2 Recommended CIP a Identify capital improvement projects to address capacity and condition deficiencies for the planning horizon. Inventory potential alternatives for addressing collection system deficiencies to use as the basis for the capital improvement plan tasks. Confirm capital improvement project N r c addresses deficiency using hydraulic model. Conduct brainstorming meeting with key City staff to discuss potential alternatives. Confirm c feasibility of and finalize up to eighty total alternatives based on discussion in the brainstorming v meeting. Alternatives developed to account for impacts to the downstream system. M Generate a list of proposed projects based on the prioritization of system deficiencies. Develop AACE International Class 5 opinions of probable project costs for each project with an accuracy range of+100%to-50%. Each project to be described in terms of the reason for the improvement, L the location, size and extent, and the total project cost including engineering, administration, and a construction. Generate corresponding figures for each capital project showing the improvement. as E U r a City of Kent MURRAYSMITH 2O23 Sanitary Sewer Comprehensive Plan March 2022 16 C:\Users\cma loney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU 60N\20220330 - 2023 Sanitary Sewer Comp Plan SOW Clean.docxc:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330 - 2023 Sanitary Sewer Comp P packet P 95 Clean.docxC:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330-2023 Sanitary Sewer Comp Plan SOW Clean.docx g 4.D.a 10.3 Prioritization Workshop Conduct a workshop with City staff to select prioritization criteria including the timing of deficiency, extent and type of deficiency, customers impacted, environmental impacts, capital and 0 0&M costs, and other concurrent City CIP plans. 0. E 0 10.4 CIP Phasing (6-year= near-term; 20-year= long-term) L 3 Develop a phased CIP project list for the 20-year planning horizon with year-by-year CIP for the in first six (6) years of the planning horizon. Apply the criteria selected during the prioritization workshop for CIP phasing. Overlap proposed sewer CIP with the City available CIPs to determine project overlap areas to evaluate combining projects to minimize costs and impacts to the public. o 0 10.5 CIP Project Mapping r Develop interactive GIS maps of CIP projects on a comprehensive base map using Arc GIS Pro E Online. Utilize the map to facilitate discussion in the prioritization workshop. L L 10.6 Final CIP Workshop Conduct CIP workshop to discuss results of the CIP phasing, costing, and prioritization. as 10.7 Develop Draft Chapter 7—Capital Improvement Program L Develop Draft Chapter 7 — Capital Improvement Program by compiling Task 11 results. Submit N draft to City for review and revise per comments. a� Receivables ■ Approval of unit costs. N ■ Comments on Draft Chapter 7 0 ■ Input on prioritization criteria. v r Deliverables ■ Agenda and minutes for the two workshops under this task E ■ Draft Chapter 7—Capital Improvement Plan L a Assumptions E ■ For budgeting purposes, forty capital improvement projects are assumed to be developed U with up to eighty total alternatives. a City of Kent MURRAYSMITH 2O23 Sanitary Sewer Comprehensive Plan March 2022 17 C:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU 60N\20220330 - 2023 Sanitary Sewer Comp Plan SOW Clean.docxc:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330 - 2023 Sanitary Sewer Comp P packet P 96 Clean.docxC:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330-2023 Sanitary Sewer Comp Plan SOW Clean.docx g 4.D.a ■ Cost opinions will be based on current market factors, as well as recent City specific construction bids and industry standards, and are Class 5 per AACE International Recommended Practice No. 56R-08 with an anticipated accuracy range of+100%to -50%. ■ Operation and maintenance costs will be qualitative and relative based on high, medium, a. and low 0&M investment and cost. 0 ■ Up to three (3) Murraysmith staff will attend the Prioritization Workshop, which will be o two (2) hours in duration. This workshop is assumed to be virtual. L ■ Overlapping underground utility CIPs will be limited to those currently available and be used in CIP prioritization. N ■ Up to three (3) Murraysmith staff will attend the Final CIP Workshop, which will be two (2) hours in duration. This workshop is assumed to be virtual. as Task 11 — Funding Opportunities L O Objective 6 Z Coordinate with the City to identify and strategize funding opportunities to the CIP, septic conversion, and other recommendations in the plan. L L Work Tasks 11.1 Funding Workshop 3 c as Meet with City staff to understand funding needs and priorities. Strategize on pursuing funding opportunities. Understand current funding strategies and how those can be utilized or stacked a with new opportunities. as 11.2 Funding Coordination and Applications r Coordinate with funding agencies to determine available funding and determine key components a and schedule for submitting funding applications. Create a Funding Strategy Plan that includes N relevant current and new funding sources, key components required for submittal, and c deadlines/schedules for the funding sources. v r 11.3 Meet with IACC Tech Team c Prepare for and attend the Infrastructure Assistance Coordinating Council Technical Assistance E 2022 conference to meet with Tech Teams for potential project funding. L a Receivables E ■ Input on funding priorities. r a City of Kent MURRAYSMITH 2O23 Sanitary Sewer Comprehensive Plan March 2022 18 C:\Users\cma loney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU 60N\20220330 - 2023 Sanitary Sewer Comp Plan SOW Clean.docxc:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330 - 2023 Sanitary Sewer Comp P packet P 97 Clean.docxC:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330-2023 Sanitary Sewer Comp Plan SOW Clean.docx g 4.D.a Deliverables ■ Input on funding applications, as necessary. c Assumptions 0. E 0 ■ City staff will lead development of funding applications with support from Murraysmith L consultant team. 3 ■ Up to $15,000 of support assumed for Barney and Worth. in c� Task 12 — Financial Analysis Objective L 0 Perform a financial gap analysis to determine if a shortfall in funding the recommended CIP exists. 6 Prepare for and attend meetings with the City to review the draft gap analysis and presentation c materials. City staff will perform financial analysis and lead development of Chapter 7, with r minimal support for Murraysmith. Subtasks 12.1 and 12.2 are included as contingency if City staff requests support for financial analysis. Scope for subtasks 12.1 and 12.2 will not be executed and L budget will not be expended without written direction from the City. Work Tasks 3 12.1 Financial Strategy and Gap Analysis (Optional) L This subtask will only be executed at the written direction from the City and the budget associated a with this task is included as contingency. Prepare a financial gap analysis for the sewer utility operating and CIP funds that includes in r projected operating and capital construction funding requirements. FCS GROUP will prepare a forecast of baseline operating expenses, capital expenses as identified by Murraysmith and N determine to what extent a financial gap exists under existing sanitary sewer rates. c U The study period will include 10 years (2023-2042) or up until the last year of the CIP. M Prepare a detailed written request for historical financial information needed to complete the study. Once the data is received, conduct a detailed review and validation, and follow up as needed for clarification. L Forecast operating and maintenance expenses over the study period; determining economic Q factors for growth and demand, consistent with central City Finance Department economic assumptions; incorporating additional or new 0&M expenses associated with updated capital plan; and incorporating any other known or anticipated changes in operational or administrative 2 requirements such as regulatory impacts, additional staffing, deferred maintenance, and new or a enhanced program initiatives. City of Kent MURRAYSMITH 2O23 Sanitary Sewer Comprehensive Plan March 2022 19 C:\Users\cma loney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU 60N\20220330 - 2023 Sanitary Sewer Comp Plan SOW f� Clean.docxc:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330 - 2023 Sanitary Sewer Comp P packet P n8 Clean.docxC:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330-2023 Sanitary Sewer Comp Plan SOW Clean.docx g 4.D.a The City presently has a system development charge (SDC) for water ($9,492/connection) and stormwater ($2,638/lot). A SDC does not presently exist for the sanitary sewer utility. SDCs are a one-time charge imposed as a condition of service on new customers connecting to the utility system. Revenue from SDCs provide a source for capital financing and serves to equitably recover a proportionate share of utility plant-in-service costs from new customers. In the absence of Q. connection fees, growth-related costs would be borne in large part by existing customers. o U L FCS GROUP will evaluate the feasibility of establishing a new sanitary sewer SDC including 3 determining the estimated value of plant-in-service, the value of new CIP to address growth, the in estimated number of new customers that can be supported by the proposed capital plan and calculate the estimated value of the proposed sewer SDC. Estimated revenue from the potential c new sewer SDC will be incorporated in the financial gap analysis as an additional tool the City could in consider to close the gap. r L 0 If alternative capital plans are developed, prepare alternative SDC analysis for up to three (3) scenarios. Utilizing the forecasted capital and operating financial conditions, and the results of the proposed sewer SDC analysis, develop financial plan and gap analysis under existing rates. r E Compare projected expenses (or revenue requirements) against projected revenue under existing i L rates, proposed SDCs, and determine the extent of the financial gap. Based upon the results of the gap analysis, FCS GROUP will advise whether a more thorough separate rate study is warranted. 3 If alternative capital plans are developed, prepare alternative financial gap analysis for up to three (3) scenarios. E a� L 12.2 Meetings and Presentation Materials (Optional) a as This subtask will only be executed at the written direction from the City and the budget associated with this task is included as contingency. in r c Prepare for and facilitate meetings and presentations to City staff and decision makers to review financial plan results and required rate adjustments. All meetings are assumed to be remote. 0 U Meet with Murraysmith and City staff to review results of the financial gap analysis. Briefings will r focus on forecasted operating and CIP expenditures, reviewing the extent of the financial gap based on existing rates and understanding key rate drivers. Facilitate up to four (4) review meetings with Murraysmith and City staff. E as Based upon the results and preferred financial scenarios, prepare up to three (3) executive level presentations. This could include, for example, one meeting with the City Manager's office, one Q meeting with the City Council Finance Committee, and one meeting with the City Council during a work session or public hearing. E U Facilitate a review of each presentation with City staff and finalize each presentation based on City a comments and facilitate the formal presentation to City Management and the City Council. City of Kent MURRAYSMITH 2O23 Sanitary Sewer Comprehensive Plan March 2022 20 C:\Users\cma loney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU 60N\20220330 - 2023 Sanitary Sewer Comp Plan SOW Clean.docxc:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330 - 2023 Sanitary Sewer Comp P packet P 99 Clean.docxC:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330-2023 Sanitary Sewer Comp Plan SOW Clean.docx g 4.D.a 12.3 Develop Draft Chapter 7—Financial Strategy and Gap Analysis City staff will lead the development of this Chapter. Murraysmith will compile the financial chapter, developed by the City, to be included in the Sanitary Sewer Comprehensive Plan. The financial c chapter will include the assumptions utilized in the gap analysis, discuss study results including key 0. policy and financial issues, and the required adjustments to rates to address the financial gap. E 0 U L Prepare a draft financial chapter for review by the City. 3 a� Finalize the financial chapter, as needed, based on City comments. Provide completed chapter to Murraysmith to incorporate into the final Sanitary Sewer Comprehensive Plan. Receivables L ■ Sanitary sewer utility financial information, including detailed historical line-item budget '0 and actuals for current and previous budget, capital improvement program, anticipated 9 new operating programs and costs and timing thereto. r ■ Review comments of presentation materials and Draft chapter. N L Deliverables ■ Written financial data request. 3 ■ Baseline and three (3) alternative financial plans and corresponding rate adjustments. ■ Up to four (4) presentations to City staff. E ■ Up to three (3) presentations to City Management and City Council. ■ Draft and Final financial chapter. a as Assumptions • The City will provide timely receipt of requested financial information, including proposed baseline and alternative capital plans. • Subtask 12.1 and 12.2 will not be executed nor budget expended without written approval c 0 from the city of Kent. v r Task 13 — Plan Development and Approval Process Objective E L Develop the 2023 Sanitary Sewer Comprehensive Plan by compiling the chapters developed in a previous tasks, appendices and developing the Executive Summary. Develop the Plan to meet the WAC 173-240-050 requirements for a General Sewer Plan, as well as the King County UTRC requirements. U r Q City of Kent MURRAYSMITH 2O23 Sanitary Sewer Comprehensive Plan March 2022 21 C:\Users\cma loney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU 60N\20220330 - 2023 Sanitary Sewer Comp Plan SOW Clean.docxc:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330 - 2023 Sanitary Sewer Comp P packet P 1UU Clean.docxC:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330-2023 Sanitary Sewer Comp Plan SOW Clean.docx g• 4.D.a Work Tasks 13.1 Executive Summary and Appendices c Compile appendices comprised of the work products resulting from the previous tasks. Develop Q. the Executive Summary for the Plan E 0 U L 13.2 Draft Plan for City Review and SEPA Use 3 a� Compile the work products and findings from the previous tasks and consolidate them into a single draft Plan. The draft Plan is anticipated to include the following chapters. E. Executive Summary 1. Basis of Planning o 2. Existing Collection and Conveyance Sewer System ci 3. Sewer System Evaluation 4. Wastewater Treatment and Water Reclamation and Reuse r 5. Operations and Maintenance N 6. Capital Improvement Program i 7. Financial Strategy 8. Appendices 3 Typical appendices include (subject to change based on plan details): SEPA Checklist, Hydraulic/Hydrologic Modeling Memo, Design Rainfall Development Memo, Interagency E Agreements and Plan Comments, CIP Support Documentation. ;v Q 13.3 Draft Plan Revisions and Council Adoption Submit draft Plan to the City. Meet with City to review and receive comments. Revise plan based in on City review comments. Submit updated plan for Council adoption. c �a Assist City staff in preparing exhibits for City Council presentation. Attend and support City staff for City Council presentation for adoption of the plan. U r 13.4 Ecology Review and Revisions M Submit two (2) hard copies of the revised draft Plan to Ecology for review. Provide draft written responses to Ecology's review comments and submit to City for review and input. With City input, E finalize written responses and develop a final document that incorporates comments. Submit a, comment responses and updated plan to Ecology for approval. Q a� 13.5 UTRC Review and Revisions E U Submit copies of the revised draft Plan to UTRC for review. Provide draft written responses to a UTRC's review comments and submit to City for review and input. With City input, finalize written responses and incorporate changes into document submitted for Ecology approval. City of Kent MURRAYSMITH 2O23 Sanitary Sewer Comprehensive Plan March 2022 22 C:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU 60N\20220330 - 2023 Sanitary Sewer Comp Plan SOW Clean.docxc:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330 - 2023 Sanitary Sewer Comp P packet P 101 Clean.docxC:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330-2023 Sanitary Sewer Comp Plan SOW Clean.docx g• 4.D.a 13.6 Council Presentation and Approval Submit Ecology and UTRC approved Plan to City for Council approval. City staff will lead Council presentation for approval of the plan. c FL 0. 13.7 Final Electronic and Hard Copies o U Prepare (copy, compile, coordinate) final copies of the plan in electronic and hard copies. 3 a� Receivables ■ SEPA Documentation and Checklist in ■ Written review comments on the draft Plan prior to submission to Ecology and UTRC. ■ Review comments on draft responses to Ecology's and UTRC's review comments. o 0 Deliverables ■ Two (2) hard copies and one (1) electronic copy of the draft Plan will be created for the N City prior to submission to Ecology. L ■ One (1) electronic copy of revised draft plan will be provided to adjacent agencies for review. ■ Two (2) revised hardcopy draft Plans will be submitted to Ecology for review. One (1) 3 electronic copy of the revised draft Plan will be submitted to the City. ■ Draft and final written responses to Ecology's and UTRC's review comments. E ■ One (1) hard copy and one (1) electronic copy of the final plan will be submitted to City Council for review and adoption. a ■ One (1) hard copy of the adopted plan along with an electronic file in pdf format will be submitted to Ecology for their final approval. ■ One (1) hard copy and one (1) electronic copy (including Ecology's approval) of the final in r Plan will be delivered to the City. Other electronic data sets such as GIS files and H/H models will be delivered to the City as well. N c 0 Assumptions U r ■ Previous memoranda, draft chapters, and meeting minutes sent to the City have been reviewed and are accepted by City staff and will be incorporated into the Plan. ■ No additional significant comments will be provided by the City. ■ City will develop SEPA checklist without consultant support. L ■ City will have provided comments on each chapter of the plan prior to the consultant Q developing the overall draft of the Plan. ■ City will provide review comments on all drafts of the Plan. E ■ Only final electronic data sets will be submitted to the City. Interim files used during U 2 analysis, such as draft spreadsheets or preliminary model files will not be included. a City of Kent MURRAYSMITH 2O23 Sanitary Sewer Comprehensive Plan March 2022 23 C:\Users\cma loney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU 60N\20220330 - 2023 Sanitary Sewer Comp Plan SOW q Clean.docxC:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330 - 2023 Sanitary Sewer Comp P Packet P 102 Clean.docxC:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330-2023 Sanitary Sewer Comp Plan SOW Clean.docx g• 4.D.a Task 14 — Supplemental Services Objective a Provide service to support the project and future model usage. E 0 Work Tasks L 3 14.1 Hydraulic Model training for City Staff in Provide training to City staff (who to be determined by the city with no limit) on model usage at c the conclusion of the plan. Demonstrate typical model tasks such as updating flow loading, N analyzing potential capital projects, and others as requested up to the limit of the fee estimate for r this task. ,o 6 Receivables E Z ■ Information on future expected hydraulic model usage by the City. L L Deliverables ■ Recommendation for model platform 3 r ■ Model documentation to facilitate future use. E as Assumptions a ■ City will own and maintain sewer model at the conclusion of the project. Task 15 — Contingency Objective N 0 Written permission from the City is required to perform contingency tasks or to access project v contingency funds. Work tasks will be defined at the time of access of project contingency funds. The contingency is based on 2.5% of Murraysmith labor costs. c Work Tasks E E L To Be Determined. Q Receivables U To Be Determined. Q City of Kent MURRAYSMITH 2O23 Sanitary Sewer Comprehensive Plan March 2022 24 C:\Users\cma loney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU 60N\20220330 - 2023 Sanitary Sewer Comp Plan SOW Clean.docxC:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330 - 2023 Sanitary Sewer Comp P packet P 103 Clean.docxC:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330-2023 Sanitary Sewer Comp Plan SOW Clean.docx g• 4.D.a Deliverables To Be Determined. c Assumptions 0. E 0 To Be Determined. U L 3 Budget N Payment will be made at the Billing rates for personnel working directly on the project, which will be made at the Consultant's Hourly Rates, plus Direct Expenses incurred. Billing rates are as shown N as in the table below. Subconsultants, when required by the Consultant, will be charged at actual r costs plus a 10 percent fee to cover administration and overhead. Direct expenses will be paid at ,0 the rates shown in the table below. Direct Expenses E Expenses incurred in-house that are directly attributable to the project will be invoiced at actual cost. These expenses include the following Computer Aided Design and Drafting $18.00/hour 3 r GIS and Hydraulic Modeling $10.00/hour Mileage Current IRS Rate Postage and Delivery Services At Cost a Printing and Reproduction At Cost v, Travel, Lodging and Subsistence At Cost a� r c ca c 0 U r M C N E N d L a E a City of Kent MURRAYSMITH 2O23 Sanitary Sewer Comprehensive Plan March 2022 25 C:\Users\cma loney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU 60N\20220330 - 2023 Sanitary Sewer Comp Plan SOW Clean.docxc:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330 - 2023 Sanitary Sewer Comp P packet P 104 Clean.docxC:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330-2023 Sanitary Sewer Comp Plan SOW Clean.docx g• 4.D.a Project Schedule The table below outlines a high-level schedule for the Scope of Work a Anticipated a E . - . o U Task 1— Project Management Q3 2024 Task 2—Coordination with Ecology Q3 2024 Task 3— Data Collection and Review Q2 2022 co Task 4— Flow Monitoring Q1 2023 Task 5— Basis of Planning and Regulatory Requirements Q3 2022 IM co Task 6— Existing Collection and Conveyance Sewer System Summary Q1 2023 W Task 7—Sewer System Evaluation Q3 2023 0 Task 8—Wastewater Treatment and Water Reclamation and Reuse Q1 2023 `~ Task 9—Operations and Maintenance Q1 2023 Task 10—Capital Improvement Plan Q4 2023 Task 11— Funding Opportunities Q3 2023 Task 12 — Financial Analysis Q4 2023 L Task 13 — Plan Development and Approval Process Q3 2024 Task 14—Supplemental Services TBD Task 15 - Contingency TBD 3 as E as a� L Q V co _ M to _ O U M r+ _ N E d d L Q _ d E V Q City of Kent MURRAYSMITH 2O23 Sanitary Sewer Comprehensive Plan March 2022 26 C:\Users\cm a Ion ey\AppData\Local\Microsoft\Windows\I NetCache\Content.Outlook\3YXFU60N\20220330 - 2023 Sanitary Sewer Comp Plan SOW Clean.docxC:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330 - 2023 Sanitary Sewer Comp P packet Pg. 105 Clean.docxC:\Users\cmaloney\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\3YXFU60N\20220330-2023 Sanitary Sewer Comp Plan SOW Clean.docx s -gNg-g�� @ to IL a N� v � L co d E L n � � P V rC_ G� L szo � E �s a 8 V ss 3 co $ , m 0 Mill a � E a �X38$S92 �9 Packet Pg. 107 IL 0. E 0 co co :E J co ai -W II fA 0 eF H---—n —4 —p NJ. " —'M .2 .9 .-L -1 SSr S S -I 5 1 1 1 1 i E ......... .5 1 i 5 i ....a.. gi is ',k I H 3' A N Ifl, v b i - -- --- ----- 1 6 r r 1 6 ff ff v ff ff ff v f ff v v f ff v v rr v v rr v r f f r r r f r r r f r r r f f f f f rrrr........rr.......ff ff I w ff ff I ff ff ff v f ff ff v f ff ...'��— Packet Pa. 108 4.D.a EXHIBIT B INSURANCE REQUIREMENTS FOR CONSULTANT SERVICES AGREEMENTS a. Insurance 0. E 0 The Consultant shall procure and maintain for the duration of the Agreement, L) insurance against claims for injuries to persons or damage to property which 3 may arise from or in connection with the performance of the work hereunder in by the Consultant, their agents, representatives, employees or subcontractors. .E A. Minimum Scope of Insurance N as r Consultant shall obtain insurance of the types described below: o 0 1. Automobile Liability insurance covering all owned, non-owned, c hired and leased vehicles. Coverage shall be written on Insurance Z 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. L 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from 3 premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General E Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. The City shall be a 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. N c 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 0 4. Professional Liability insurance appropriate to the Consultant's profession. M B. Minimum Amounts of Insurance , c as Consultant shall maintain the following insurance limits: L 1. Automobile Liability insurance with a minimum combined single Q limit for bodily injury and property damage of $1,000,000 per accident. E E U 2. Commercial General Liability insurance shall be written with limits r no less than $2,000,000 each occurrence, $2,000,000 general a aggregate. Packet Pg. 109 4.D.a EXHIBIT B (Continued) 3. Professional Liability insurance shall be written with limits no less than 2,000,000 per claim. a. C. Other Insurance Provisions 0 0 The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability 3 insurance: in 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 n insurance and shall not contribute with it. L 0 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 Z 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 3 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 E stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the a limits of the insurer's liability. D. Acceptability of Insurers r Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. c 0 U E. Verification of Coverage r Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. a� L F. Subcontractors Q 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. a Packet Pg. 110 4.E PUBLIC WORKS COMMITTEE Chad Bieren, P.E. 220 Fourth Avenue South KENT Kent, WA 98032 W A S H i N G T O N 253-856-5500 DATE: May 2, 2022 TO: Public Works Committee SUBJECT: Russell Road - Meeker to Hogan Complete Streets, TIB Grant Acceptance - Authorize MOTION: I move to authorize the Mayor to accept grant funds from the Transportation Improvement Board for the Russell Road -Meeker to Hogan Complete Streets Award, in the amount of $750,000, amend the budget, authorize the expenditure of the grant funds accordingly, and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: The Washington State Transportation Improvement Board (TIB) selected the city to receive $750,000 for a Complete Streets Award. These funds will be used to design and construct a sidewalk and ancillary improvements between Hogan Park and Meeker St along Russell Rd. The project will complete a gap for non-motorized users connecting Hogan Park and the Green River Trail to Meeker Street, improving the network for non-motorized users. Speed cushions will be installed on Russell Rd. to reduce vehicle speeds. BUDGET IMPACT: This project will be designed and constructed using grant funds. SUPPORTS STRATEGIC PLAN GOAL: Evolving Infrastructure - Connecting people and places through strategic investments in physical and technological infrastructure. Sustainable Services - Providing quality services through responsible financial management, economic growth, and partnerships. ATTACHMENTS: 1. Grant Agreement (PDF) Packet Pg. 111 Washington State Transportation Improvement Board C-P-106(003)-1 �Jrfj' Complete Streets Award Grant Agreement City of Kent C-P-106(003)-1 Complete Streets Award STATE OF WASHINGTON TRANSPORTATION IMPROVEMENT BOARD ANDCL CITY OF KENT a GRANT AGREEMENT c THIS GRANT AGREEMENT ("Agreement") is made and entered into between the WASHINGTON STATE TRANSPORTATION IMPROVEMENT BOARD ("TIB") and the CITY OF m KENT, a Washington state municipal corporation ("RECIPIENT"). w aD a� WHEREAS, the TIB has developed a grant program, Complete Streets, to provide for the retrofit of streets and roads ("Project") for eligible cities, towns, and counties to provide access to all users, including bicyclists, pedestrians, motorists, and public transportation riders, and a E WHEREAS, the above-identified RECIPIENT is eligible to receive a Project grant pursuant to c°� ordinance 4207 and that it has the legal authority to receive such grant and to perform the Project pursuant to the terms of this grant o x NOW, THEREFORE, pursuant to chapter 47.26 RCW, RCW 47.04.320, and WAC 479-10-500 ° et seq, the above recitals that are incorporated herein as if fully set forth below, and in Y consideration of the terms, conditions, and performances contained herein, and the attached Exhibits, if any, which are made a part hereof, , CU IT IS MUTUALLY AGREED AS FOLLOWS: �0 1. GRANT N TIB agrees to grant funds in the amount of SEVEN HUNDRED FIFTY THOUSAND AND Cq NO/100 dollars ($750,000) for the Project pursuant to the terms contained herein, and the RECIPIENT agrees to accept such grant funds and agrees to perform and be subject to the terms and conditions of this Agreement. aD 2. PROJECT AND BUDGET a� The Project shall provide for the retrofit of identified streets or roads on the RECIPIENT's a r approved work plan. In accordance with applicable laws and ordinances, the RECIPIENT L agrees to enter into an agreement with an independent contractor and/or material providers, or 0 otherwise provide for the Project work plan to be completed by the RECIPIENT's own forces. The RECIPIENT further agrees that it shall be solely responsible for and shall pay its E independent contractor and/or material providers. If RECIPIENT uses its own forces, it shall be solely responsible for paying the costs thereof. Under no circumstances shall the TIB be responsible to any third party for the payment of labor or materials used in completing the Q Project work plan. The Project work plan may be amended by the Parties, pursuant to Section 7. 3. PROJECT WORK PLAN AND DOCUMENTATION Complete Streets Grant Agreement Page 1 of 5 December 2016 Packet Pg. 112 .� 2 Washington State Transportation Improvement Board C-P-106(003)-1 4.E.a Complete Streets Award Grant Agreement The RECIPIENT agrees to and shall make reasonable progress and submit timely Project documentation, as applicable, throughout the term of this Agreement and Project. Required documents include, but are not limited to the following: as U a) Project work plan describing eligible items with estimated costs; b) Documentation to support all costs expended on the Project work plan; and b) Project work plan Closeout Form. a r 4. PAYMENT AND RETURN OF GRANT FUNDS /L^ V TIB will pay the full grant award to the RECIPIENT after TIB approves the Project work plan and m the Parties fully execute this Agreement; provided that there are legislatively appropriated funds ~ available. The RECIPIENT agrees that it shall hold the grant funds in a separate and identifiable account and only use said funds to pay the actual direct and related indirect costs of the approved Project work plan. Grant funds not expended on approved Project work plan items by March 25th, 2025 shall be returned to TIB within ninety (90) days after receipt of TIB's written notification. 0 c) c 5. USE OF COMPLETE STREETS GRANT FUNDS 0 x RECIPIENT agrees that the grant funds shall only be used to complete the approved Project $ work plan. Otherwise, RECIPIENT is subject to the Default and Termination provisions of Section 9. a as 6. RECORDS MAINTENANCE 0 6.1 The RECIPIENT shall maintain books, records, documents, data and other evidence relating to this Agreement and performance of the Project work plan, including but not limited to N accounting procedures and practices which sufficiently and properly reflect all actual direct and related indirect costs of any nature expended in the performance of this Agreement. RECIPIENT shall retain such records for a period of six years after the completion of the Project CN work plan and TIB's acceptance of the Project work plan Closeout Form. At no cost to TIB, M these records shall be provided when requested; including materials generated under the Agreement, and shall be subject at all reasonable times to inspection, review or audit by TIB personnel, the Office of the State Auditor, and federal and state officials so authorized by law, E regulation or agreement. a� a 6.2 If any litigation, claim or audit is started before the expiration of the six (6) year period, the records shall be retained until all litigation, claims, or audit findings involving the records have been resolved. c m 7. REVISIONS TO THE PROJECT WORK PLAN E U 0 RECIPIENT may request revisions to the Project work plan, including the addition or removal of a items. Requests must be made in writing, and TIB, in its sole discretion, will determine whether to accept the proposed revisions. Should the TIB approve a Project work plan revision, the Parties shall amend this Agreement pursuant to Section 14. The RECIPIENT shall be solely responsible for all costs incurred in excess of the Agreement grant award. Complete Streets Grant Agreement Page 2 of 5 December 2016 Packet Pg. 113 .� 2 Washington State Transportation Improvement Board C-P-106(003)-1 4.E.a Complete Streets Award Grant Agreement 8. TERM OF AGREEMENT This Agreement shall be effective upon execution by the Parties and shall continue through closeout of the grant amount, or amendment thereof, or unless terminated as provided herein. In no event shall the Agreement term exceed three years, unless extended by Agreement amendment pursuant to Section 14. c 9. NON-COMPLIANCE, DEFAULT AND TERMINATION 9.1 NON-COMPLIANCE a r a) In the event TIB determines, in its sole discretion, the RECIPIENT has failed to comply with the terms and conditions of this Agreement and applicable rules under WAC c� 479-10-500 et seq, TIB shall notify the RECIPIENT, in writing, of RECIPIENT's non- m compliance. ~ vi as b) RECIPIENT shall provide a written response within ten (10) business days of receipt of TIB's notice of non-compliance, which shall include either a detailed plan to correct the non-compliance, a request to amend the Project work plan, or a denial a, accompanied by supporting documentation. An agreement to amend the Project work plan must be pursuant to Section14. 0 c c) RECIPIENT shall have thirty (30) days in which to make reasonable progress toward compliance pursuant to its Project work plan to correct or implement an M amendment to the Project work plan. $ L d) Should RECIPIENT dispute non-compliance, TIB will investigate the dispute and, in its sole discretion, TO may require the RECIPIENT to stop incurring additional Project work plan costs during the investigation. Should TIB require the RECIPIENT to stop incurring additional costs to be paid with the grant funds, the RECIPIENT shall be solely o obligated for paying any additional costs incurred by such suspension of work, contractor claims, or litigation costs; such costs cannot be paid for with grant funds. N 9.2 DEFAULT N RECIPIENT is in default if TIB determines, in its sole discretion, that: M a) RECIPIENT is not making reasonable progress toward correction and compliance with this Agreement and the Project work plan; E b) TIB denies the RECIPIENT's request to amend the Project work plan; and 0), c) After investigation, TIB confirms RECIPIENT'S non-compliance. a r c 9.3 TERMINATION c� a) In the event of default as determined pursuant to Section 9, TIB shall serve RECIPIENT with a written notice of termination of this Agreement, which may be served E in person, by email or by certified letter. Upon service of notice of termination, the U RECIPIENT shall immediately stop incurring costs chargeable against the grant funds a and/or take such actions necessary as may be directed by TIB to protect TIB's grant funds. b) In the event of termination, the RECIPIENT may be liable for damages as authorized by law including, but not limited to, repayment of all grant funds. Complete Streets Grant Agreement Page 3 of 5 December 2016 Packet Pg. 114 .� 2 Washington State Transportation Improvement Board C-P-106(003)-1 4.E.a Complete Streets Award Grant Agreement c) The rights and remedies of TIB provided in this Agreement are not exclusive and are in addition to any other rights and remedies provided by law. 10. DISPUTE RESOLUTION as a) The Parties shall make good faith efforts to quickly and collaboratively resolve any dispute arising under or in connection with this Agreement. The dispute resolution process outlined in this Section applies to disputes arising under or in connection with the terms of this Agreement. a r c b) Informal Resolution. The Parties shall use their best efforts to resolve disputes promptly c� and at the lowest organizational level. m c) In the event that the Parties are unable to resolve the dispute, the Parties shall submit the matter to non-binding mediation facilitated by a mutually agreed upon mediator. The Parties shall share equally in the costs of the mediator. as r as d) Each Party agrees to participate to the fullest extent possible and in good faith in resolving the dispute in order to avoid delays or additional incurred cost to the Project 0 work plan. a� e) The Parties agree that they shall have no right to seek relief in a court of law in M accordance with Section 11, until and unless the Dispute Resolution process has been $ exhausted. as 11. GOVERNANCE, VENUE, AND ATTORNEYS FEES This Agreement shall be construed and interpreted in accordance with the laws of the state of o Washington and venue of any action brought hereunder shall be in the Superior Court for Thurston County. The Parties agree that each Party shall be responsible for its own attorneys' N fees and costs. 12. INDEMNIFICATION, HOLD HARMLESS, AND WAIVER CN M 12.1 RECIPIENT, shall protect, defend, indemnify, and save harmless the TIB, its officers, officials, employees, and authorized agents, while acting within the scope of their employment as such, from any and all costs, claims,judgments, and/or awards of damages (both to persons E and/or property), arising out of, or in any way resulting from, RECIPIENT'S negligent acts or omissions which may arise in connection with its performance under this Agreement. a RECIPIENT shall not be required to indemnify, defend, or save harmless the TIB if the claim, c suit, or action for injuries, death, or damages (both to persons and/or property) is caused by the sole negligence of TIB; provided that, where such claims, suits, or actions result from the concurrent negligence of the Parties, or involves those actions covered by RCW 4.24.115, the indemnity provisions provided herein shall be valid and enforceable only to the extent of E RECIPIENT's own negligence U r a 12.2 RECIPIENT agrees that its obligations under this section extends to any claim, demand and/or cause of action brought by, or on behalf of, any of its officers, officials, employees or authorized agents. For this purpose, RECIPIENT, by mutual negotiation, hereby waives, with respect to TIB only, any immunity that would otherwise be available to it against such claims under the Industrial Insurance provisions of Title 51 RCW. Complete Streets Grant Agreement Page 4 of 5 December 2016 Packet Pg. 115 .� 2 Washington State Transportation Improvement Board C-P-106(003)-1 4.E.a Complete Streets Award Grant Agreement 12.3 The obligations of this indemnification and waiver Section shall survive termination of this Agreement. 13. ASSIGNMENT as U The RECIPIENT shall not assign or transfer its rights, benefits, or obligations under this Agreement without the prior written consent of TIB. The RECIPIENT is deemed to consent to assignment of this Agreement by TIB to a successor entity. Such consent shall not constitute a waiver of the RECIPIENT's other rights or obligations under this Agreement. a r c 14. AMENDMENTS t� m_ This Agreement may be amended by mutual agreement of the Parties. Such amendments shall ~ not be binding unless they are in writing and signed by persons authorized to bind each of the Parties. ' as 15. INDEPENDENT CAPACITY a, a The RECIPIENT shall be deemed an independent contractor for all purposes and the 0 employees of the RECIPIENT or any of its contractors, subcontractors, and employees thereof shall not in any manner be deemed employees of TIB. 0 x 16. ENTIRE AGREEMENT $ L This Agreement, together with the Exhibits, if any, the provisions of chapter 47.26 RCW, chapter 479 WAC, and TIB Policies, constitute the entire Agreement between the Parties and supersedes all previous written or oral agreements between the Parties. RECIPIENT agrees to abide by all applicable federal, state and local laws, ordinances, and rules when performing o under the terms of this Agreement. as RECIPIENT Transportation Improvement Board 3 N M Chief Executive Officer Date Date m E m a� L Print Name Print Name Q Approved as to Form /L^ V By: ANN E. SALAY m Senior Assistant Attorney General M NOTE: Any changes to the terms of this Agreement r shall require further approval of the Office of the Q Attorney General Complete Streets Grant Agreement Page 5 of 5 December 2016 Packet Pg. 116 4.F PUBLIC WORKS COMMITTEE Chad Bieren, P.E. 220 Fourth Avenue South KENT Kent, WA 98032 WASHINGTON 253-856-5500 DATE: May 2, 2022 TO: Public Works Committee SUBJECT: Meeker Street Multimodal, Kent Elementary School, PSRC TAP Grant Acceptance - Authorize MOTION: I move to recommend Council authorize the acceptance of federal funds in the amount of $149,904 for the Meeker St Multimodal, Kent Elementary School project and direct staff to establish a budget for the funds. SUMMARY: The Puget Sound Regional Council (PSRC) has awarded the City $149,904 through the Transportation Alternatives Program (TAP) for preliminary engineering of the Meeker Street Multimodal, Kent Elementary School project. This segment of the Meet Me on Meeker project will convert Meeker Street from a 5-lane roadway to a 2-lane roadway with on-street parking and a separated 2-way bicycle path on the south side of the street. The project also includes median islands, landscaping, and a mid-block pedestrian crossing with rapid flashing beacons. This project will further the Meet Me on Meeker vision, creating a stimulating urban environment and encouraging non-motorized and transit use. BUDGET IMPACT: This project will be designed using grant funds. SUPPORTS STRATEGIC PLAN GOAL: Evolving Infrastructure - Connecting people and places through strategic investments in physical and technological infrastructure. Sustainable Services - Providing quality services through responsible financial management, economic growth, and partnerships. ATTACHMENTS: 1. Local Agency Agreement (PDF) 2. Prospectus (PDF) Packet Pg. 117 4.F.a Adw ToWashington State Local A enc A reement Department of Transportation 9 y 9 Agency City of Kent CFDA No. 20.205-Highway Planning and Construction (Catalog of Federal Domestic Assistance) Address 220 Fourth Ave. S c Kent, WA 98032 Project No. cYa Agreement No. m For WSDOT Use Only U Q The Local Agency having complied, or hereby agreeing to comply,with the terms and conditions set forth in (1)Title 23, U.S. Code Highways, (2)the regulations issued pursuant thereto, (3)2 CFR Part 200, (4)2 CFR Part 180—certifying that the local agency is not excluded from receiving Federal funds by a Federal suspension or debarment, (5)the policies and procedures promulgated by the a Washington State Department of Transportation, and (6)the federal aid project agreement entered into between the State and Federal Government, relative to the above project,the Washington State Department of Transportation will authorize the Local Agency to U proceed on the project by a separate notification. Federal funds which are to be obligated for the project may not exceed the amount U) shown herein on line r, column 3,without written authority by the State, subject to the approval of the Federal Highway Administration. d All project costs not reimbursed by the Federal Government shall be the responsibility of the Local Agency. o Project Description U Name Meeker Street Multimodal, Kent Elementary Length 0.1 miles U, ''From 200 east of 64th to 750 east of 64th f° Termini r c Description of Work E The project will convert Meeker St from a 5-lane roadway to a 2-lane roadway with on-street parking on both sides of the street and m a separated 2-way bicycle path. Project also includes median islands, pedestrian lighting, landscaping, and a mid-block pedestrian w crossing with rapid flashing beacons. y Y Project Agreement End Date 12/31/2025 Claiming Indirect Cost Rate Proposed Advertisement Date 0❑Yes ✓ No Estimate of Fundin (1) (2) (3) Type of Work Estimated Total Estimated Agency Estimated Federal a� Project Funds Funds Funds PE a.Agency 170,250.00 22,984.00 147,266.00 ° 86.5 �0 b.Other Consultant 1,050.00 142.00 908.00 y Federal Aid c.Other Participation d.State 2,000.00 270.00 1,730.00 Cl) Ratio for PE v e.Total PE Cost Estimate a+b+c+d 173,300.00 23,396.00 149,904.00 Right of Way f.Agency .Other Federal Aid E Participation h.Other Ratio for RW i. State i.Total R/W Cost Estimate f+ +h+i 0.00 0.00 0.00 Q Construction k.Contract I. Other m.Other Q Federal Aid n.Other Participation Ratio for CN o.A enc p.State q.Total CN Cost Estimate k+i+m+n+o+ 0.00 0.00 0.00 E r.Total Project Cost Estimate(e+i+a) 173,300.00 23,396.00 149,904.00 Agency Official Washington State a By Department of Transportation By Director, Local Program Title Date Executed DOT Form 140-039 Revised 01/2022 Packet Pg. 118 4.F.a Construction Method of Financing (Check Method Selected) State Ad and Award Method A-Advance Payment-Agency Share of total construction cost(based on contract award) Method B -Withhold from gas tax the Agency's share of total construction coast(line 5, column 2) in the amount of a� $ at$ per month for months. c Local Force or Local Ad and Award a Method C -Agency cost incurred with partial reimbursement The Local Agency further stipulates that pursuant to said Title 23, regulations and policies and procedures, and Q as a condition to payment of the federal funds obligated, it accepts and will comply with the applicable provisions set forth below.Adopted by official action on Resolution/Ordinance No. a- Provisions L) I. Scope of Work v (L The Agency shall provide all the work, labor, materials, and services necessary to perform the project which is described and set forth in detail in the"Project Description"and "Type of Work." o When the State acts for and on behalf of the Agency,the State shall be deemed an agent of the Agency and shall perform the U services described and indicated in "Type of Work"on the face of this agreement, in accordance with plans and specifications as U) proposed by the Agency and approved by the State and the Federal Highway Administration. When the State acts for the Agency but is not subject to the right of control by the Agency,the State shall have the right to perform m the work subject to the ordinary procedures of the State and Federal Highway Administration. E II. Delegation of Authority W The State is willing to fulfill the responsibilities to the Federal Government by the administration of this project.The Agency agrees that the State shall have the full authority to carry out this administration.The State shall review, process, and approve documents Y required for federal aid reimbursement in accordance with federal requirements. If the State advertises and awards the contract, the State will further act for the Agency in all matters concerning the project as requested by the Agency. If the Local Agency advertises and 0 awards the project,the State shall review the work to ensure conformity with the approved plans and specifications. E III. Project Administration Certain types of work and services shall be provided by the State on this project as requested by the Agency and described in the Type of Work above. In addition,the State will furnish qualified personnel for the supervision and inspection of the work in progress. On y Local Agency advertised and awarded projects,the supervision and inspection shall be limited to ensuring all work is in conformance with approved plans, specifications, and federal aid requirements.The salary of such engineer or other supervisor and all other salaries and costs incurred by State forces upon the project will be considered a cost thereof.All costs related to this project incurred by m employees of the State in the customary manner on highway payrolls and vouchers shall be charged as costs of the project. m IV.Availability of Records M All project records in support of all costs incurred and actual expenditures kept by the Agency are to be maintained in accordance with local government accounting procedures prescribed by the Washington State Auditor's Office, the U.S. Department of Transportation, and the Washington State Department of Transportation.The records shall be open to inspection by the State and Federal Government at all reasonable times and shall be retained and made available for such inspection for a period of not less than E three years from the final payment of any federal aid funds to the Agency. Copies of said records shall be furnished to the State and/or 00) Federal Government upon request. V. Compliance with Provisions Q The Agency shall not incur any federal aid participation costs on any classification of work on this project until authorized in writing by the State for each classification.The classifications of work for projects are: 1. Preliminary engineering. Q 2. Right of way acquisition. c 3. Project construction. _J Once written authorization is given,the Agency agrees to show continuous progress through monthly billings. Failure to show c continuous progress may result the Agency's project becoming inactive, as described in 23 CFR 630, and subject to de-obligation of E federal aid funds and/or agreement closure. If right of way acquisition, or actual construction of the road for which preliminary engineering is undertaken is not started by the close of the tenth fiscal year following the fiscal year in which preliminary engineering phase was authorized, the Agency will repay to Q the State the sum or sums of federal funds paid to the Agency under the terms of this agreement(see Section IX). If actual construction of the road for which right of way has been purchased is not started by the close of the tenth fiscal year following the fiscal year in which the right of way phase was authorized,the Agency will repay to the State the sum or sums of federal funds paid to the Agency under the terms of this agreement(see Section IX). DOT Form 140-039 Packet Pg. 119 Revised 01/2022 4.F.a The Agency agrees that all stages of construction necessary to provide the initially planned complete facility within the limits of this project will conform to at least the minimum values set by approved statewide design standards applicable to this class of highways, even though such additional work is financed without federal aid participation. The Agency agrees that on federal aid highway construction projects,the current federal aid regulations which apply to liquidated damages relative to the basis of federal participation in the project cost shall be applicable in the event the contractor fails to complete the contract within the contract time. ^y VI. Payment and Partial Reimbursement The total cost of the project, including all review and engineering costs and other expenses of the State, is to be paid by the Agency a and by the Federal Government. Federal funding shall be in accordance with the Federal Transportation Act, as amended, 2 CFR Part U 200.The State shall not be ultimately responsible for any of the costs of the project.The Agency shall be ultimately responsible for all Q costs associated with the project which are not reimbursed by the Federal Government. Nothing in this agreement shall be construed as c a promise by the State as to the amount or nature of federal participation in this project. The Agency shall bill the state for federal aid project costs incurred in conformity with applicable federal and state laws.The agency d shall minimize the time elapsed between receipt of federal aid funds and subsequent payment of incurred costs. Expenditures by the Local Agency for maintenance, general administration, supervision, and other overhead shall not be eligible for federal participation U unless a current indirect cost plan has been prepared in accordance with the regulations outlined in 2 CFR Part 200- Uniform Admin W Requirements, Cost Principles and Audit Requirements for Federal Awards, and retained for audit. (L The State will pay for State incurred costs on the project. Following payment,the State shall bill the Federal Government for o reimbursement of those costs eligible for federal participation to the extent that such costs are attributable and properly allocable to t this project.The State shall bill the Agency for that portion of State costs which were not reimbursed by the Federal Government(see U j Section IX). �+ 1. Project Construction Costs r Project construction financing will be accomplished by one of the three methods as indicated in this agreement. Method A—The Agency will place with the State,within (20)days after the execution of the construction contract, an advance in the m amount of the Agency's share of the total construction cost based on the contract award.The State will notify the Agency of the exact w amount to be deposited with the State.The State will pay all costs incurred under the contract upon presentation of progress billings y from the contractor. Following such payments,the State will submit a billing to the Federal Government for the federal aid participation Y share of the cost.When the project is substantially completed and final actual costs of the project can be determined, the State will present the Agency with a final billing showing the amount due the State or the amount due the Agency.This billing will be cleared by E either a payment from the Agency to the State or by a refund from the State to the Agency. E Method B—The Agency's share of the total construction cost as shown on the face of this agreement shall be withheld from its 3 monthly fuel tax allotments.The face of this agreement establishes the months in which the withholding shall take place and the exact amount to be withheld each month.The extent of withholding will be confirmed by letter from the State at the time of contract award. y L Upon receipt of progress billings from the contractor,the State will submit such billings to the Federal Government for payment of its participating portion of such billings. Method C—The Agency may submit vouchers to the State in the format prescribed by the State, in duplicate, not more than once y per month for those costs eligible for Federal participation to the extent that such costs are directly attributable and properly allocable to this project. Expenditures by the Local Agency for maintenance, general administration, supervision, and other overhead shall not be eligible for Federal participation unless claimed under a previously approved indirect cost plan. The State shall reimburse the Agency for the Federal share of eligible project costs up to the amount shown on the face of this agreement.At the time of audit,the Agency will provide documentation of all costs incurred on the project.The State shall bill the Agency for all costs incurred by the State relative to the project.The State shall also bill the Agency for the federal funds paid by the E State to the Agency for project costs which are subsequently determined to be ineligible for federal participation (see Section IX). a� VII.Audit of Federal Consultant Contracts The Agency, if services of a consultant are required, shall be responsible for audit of the consultant's records to determine eligible federal aid costs on the project.The report of said audit shall be in the Agency's files and made available to the State and the Federal Government. aD a� An audit shall be conducted by the WSDOT Internal Audit Office in accordance with generally accepted governmental auditing Q standards as issued by the United States General Accounting Office by the Comptroller General of the United States; WSDOT Manual M 27-50, Consultant Authorization, Selection, and Agreement Administration; memoranda of understanding between WSDOT and G J FHWA; and 2 CFR Part 200.501 -Audit Requirements. }; If upon audit it is found that overpayment or participation of federal money in ineligible items of cost has occurred, the Agency shall reimburse the State for the amount of such overpayment or excess participation (see Section IX). E t Vill. Single Audit Act The Agency, as a subrecipient of federal funds, shall adhere to the federal regulations outlined in 2 CFR Part 200.501 as well as all Q applicable federal and state statutes and regulations.A subrecipient who expends$750,000 or more in federal awards from all sources during a given fiscal year shall have a single or program-specific audit performed for that year in accordance with the provisions of 2 CFR Part 200.501. Upon conclusion of the audit,the Agency shall be responsible for ensuring that a copy of the report is transmitted promptly to the State. DOT Form 140-039 Packet Pg. 120 Revised 01/2022 4.F.a IX. Payment of Billing The Agency agrees that if payment or arrangement for payment of any of the State's billing relative to the project(e.g., State force work, project cancellation, overpayment, cost ineligible for federal participation, etc.) is not made to the State within 45 days after the Agency has been billed,the State shall effect reimbursement of the total sum due from the regular monthly fuel tax allotments to the Agency from the Motor Vehicle Fund. No additional Federal project funding will be approved until full payment is received unless otherwise directed by the Director, Local Programs. Project Agreement End Date-This date is based on your projects Period of Performance(2 CFR Part 200.309). Any costs incurred after the Project Agreement End Date are NOT eligible for federal reimbursement.All eligible costs incurred prior a to the Project Agreement End Date must be submitted for reimbursement within 60 days after the Project Agreement End Date or they become ineligible for federal reimbursement. Q X.Traffic Control, Signing, Marking, and Roadway Maintenance c The Agency will not permit any changes to be made in the provisions for parking regulations and traffic control on this project without prior approval of the State and Federal Highway Administration.The Agency will not install or permit to be installed any signs, d signals, or markings not in conformance with the standards approved by the Federal Highway Administration and MUTCD.The Agency will, at its own expense, maintain the improvement covered by this agreement. L) XI. Indemnity to d The Agency shall hold the Federal Government and the State harmless from and shall process and defend at its own expense all claims, demands, or suits,whether at law or equity brought against the Agency, State, or Federal Government, arising from the p Agency's execution, performance, or failure to perform any of the provisions of this agreement, or of any other agreement or contract U connected with this agreement, or arising by reason of the participation of the State or Federal Government in the project, PROVIDED, U) nothing herein shall require the Agency to reimburse the State or the Federal Government for damages arising out of bodily injury to r persons or damage to property caused by or resulting from the sole negligence of the Federal Government or the State. m XII. Nondiscrimination Provision E a) No liability shall attach to the State or Federal Government except as expressly provided herein. w The Agency shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any USDOT- r_ assisted contract and/or agreement or in the administration of its DBE program or the requirements of 49 CFR Part 26.The Agency Y shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure nondiscrimination in the award and administration of USDOT-assisted contracts and agreements.The WSDOT's DBE program, as required by 49 CFR Part 26 and as approved by USDOT, o is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms E shall be treated as a violation of this agreement. Upon notification to the Agency of its failure to carry out its approved program, the Department may impose sanctions as provided for under Part 26 and may, in appropriate cases, refer the matter for enforcement under 2 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986(31 U.S. C. 3801 et seq.). The Agency hereby agrees that it will incorporate or cause to be incorporated into any contract for construction work, or modification t, thereof, as defined in the rules and regulations of the Secretary of Labor in 41 CFR Chapter 60,which is paid for in whole or in part with funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant, contract, loan, insurance, or guarantee or understanding pursuant to any federal program involving such grant, contract, loan, insurance, or guarantee, aa) the required contract provisions for Federal-Aid Contracts(FHWA 1273), located in Chapter 44 of the Local Agency Guidelines. The Agency further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided,that if the applicant so participating is a State or Local M Government,the above equal opportunity clause is not applicable to any agency, instrumentality, or subdivision of such government which does not participate in work on or under the contract. m The Agency also agrees: m (1)To assist and cooperate actively with the State in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and rules, regulations, and relevant orders of the Secretary of Labor. Q (2)To furnish the State such information as it may require for the supervision of such compliance and that it will otherwise assist the >, State in the discharge of its primary responsibility for securing compliance. c (3)To refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965,with Q a contractor debarred from, or who has not demonstrated eligibility for, government contracts and federally assisted construction contracts pursuant to the Executive Order. cf°i (4)To carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors � and subcontractors by the State, Federal Highway Administration, or the Secretary of Labor pursuant to Part II, subpart D of the Executive Order. W In addition, the Agency agrees that if it fails or refuses to comply with these undertakings,the State may take any or all of the t following actions: (a)Cancel,terminate, or suspend this agreement in whole or in part; Q (b) Refrain from extending any further assistance to the Agency under the program with respect to which the failure or refusal occurred until satisfactory assurance of future compliance has been received from the Agency; and (c) Refer the case to the Department of Justice for appropriate legal proceedings. DOT Form 140-039 Packet Pg. 121 Revised 01/2022 4.F.a XIII. Liquidated Damages The Agency hereby agrees that the liquidated damages provisions of 23 CFR Part 635, Subpart 127, as supplemented, relative to the amount of Federal participation in the project cost, shall be applicable in the event the contractor fails to complete the contract within the contract time. Failure to include liquidated damages provision will not relieve the Agency from reduction of federal participation in accordance with this paragraph. XIV.Termination for Public Convenience 0 v The Secretary of the Washington State Department of Transportation may terminate the contract in whole, or from time to time in part,whenever: 0- (1)The requisite federal funding becomes unavailable through failure of appropriation or otherwise. U (2)The contractor is prevented from proceeding with the work as a direct result of an Executive Order of the President with Q respect to the prosecution of war or in the interest of national defense, or an Executive Order of the President or Governor of L the State with respect to the preservation of energy resources. (� (3)The contractor is prevented from proceeding with the work by reason of a preliminary, special, or permanent restraining Q order of a court of competent jurisdiction where the issuance of such order is primarily caused by the acts or omissions of H persons or agencies other than the contractor. U (4)The Secretary is notified by the Federal Highway Administration that the project is inactive. to (5)The Secretary determines that such termination is in the best interests of the State. a XV.Venue for Claims and/or Causes of Action 0 t For the convenience of the parties to this contract, it is agreed that any claims and/or causes of action which the Local Agency U U) has against the State of Washington, growing out of this contract or the project with which it is concerned, shall be brought only in the Superior Court for Thurston County. r XVI. Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying E The approving authority certifies, to the best of his or her knowledge and belief, that: am (1)No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned,to any person for influencing or w attempting to influence an officer or employee of any federal agency, a member of Congress, an officer or employee of Congress, or y an employee of a member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the Y making of any federal loan,the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, --a or modification of any federal contract, grant, loan, or cooperative agreement. 0 (2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this federal contract, grant, loan, or cooperative agreement,the undersigned shall complete and submit the Standard Form-LLL, "Disclosure Form to Report Lobbying,"in accordance with its instructions. i (3)The undersigned shall require that the language of this certification be included in the award documents for all subawards at U) all tiers (including subgrants, and contracts and subcontracts under grants, subgrants, loans, and cooperative agreements)which exceed $100,000, and that all such subrecipients shall certify and disclose accordingly. y am This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. M Submission of this certification as a prerequisite for making or entering into this transaction imposed by Section 1352,Title 31, U.S. Cl) Code.Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than $100,000 for each such failure. XVII.Assurances c m Local agencies receiving Federal funding from the USDOT or its operating administrations(i.e., Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration)are required to submit a written policy statement, signed by the Agency Executive and addressed to the State, documenting that all programs, activities, and services will be conducted in compliance with Q Section 504 and the Americans with Disabilities Act(ADA). >, Additional Provisions Q 0 J C N E t V r r Q DOT Form 140-039 Packet Pg. 122 Revised 01/2022 4.F.b AM � Washington State Local A enc Federal Aid TI/ Department of Transportation g y Project Prospectus Prefix Route ( ) Date 4/22/22 Federal Aid DUNS Number 020253613 Project Number Local Agency r WSDOT 1 Federal Employer 20-3003 91-6001254 Project Number ` Use Only J Tax ID Number Agency CAAgency Federal Program Title City of Kent ❑✓ Yes ❑ No ❑✓ 20.205 ❑ Other a Project Title c Start Latitude N 47.381274 Start Longitude W-122.252824 Meeker Street Multimodal, Kent Elementary End Latitude N 47.381292 End Lon itude W-122.250623 IL Project Termini From-To Nearest City Name Project Zip Code(+4) 200' east of 64th 750' east of 64th Kent 98032-5895 0 Begin Mile Post End Mile Post Length of Project Award Type a- N/A N/A 0.1 miles ❑✓ Local❑Local Forces❑State❑Railroad o 0 Route ID Begin Mile Point End Mile Point City Number County Number County Name N/A N/A N/A 0615 17 KING o, WSDOT Region L33 tive District(s) Congressional District(s) Urban Area Number Northwest Region 9 80389 0 E 2 Total Local Agency Phase Start w Phase Estimated Cost Funding Federal Funds Date Nearest Hundred Dollar Nearest Hundred Dollar Nearest Hundred Dollar Month Year Y P.E. 173,300 23,400 149,900 5 2022 R/W 0 E Const. 1,732,900 1,732,900 1 2023 Total 1,906,200 1,756,300 149,900 a� Description of Existing Facility (Existing Design and Present Condition) 2 co Roadway Width Number of Lanes 65 feet 5 Currently, W Meeker Street is a 5 lane roadway with bike lanes and a 6 foot wide sidewalk on the north and south side. M M Description of Proposed Work Description of Proposed Work(Attach additional sheet(s)if necessary) d a The project will convert Meeker St from a 5-lane roadway to a 2-lane roadway with on-street parking on both c sides of the street and a separated 2-way bicycle path. Project also includes median islands,pedestrian a` lighting, landscaping, and a mid-block pedestrian crossing with rapid flashing beacons. d Local Agency Contact Person Title Phone Drew Holcomb Project Engineer 253 561 1587 Mailing Address City State Zip Code a 220 4th Ave. S. Kent WA 98032 By Project Prospectus Approving Authority Title Date DOT Form 140-101 Revised 01/2022 Previous Editions Obsolete Packet Pg. 123 4.F.b Agency Project Title Date City of Kent Meeker Street Multimodal, Kent Elementary 4/22/22 Type of Proposed Work Project Type(Check all that Apply) Roadway Width Number of Lanes ❑ New Construction ❑✓ Path /Trail ❑ 3-R 65 feet 5 ❑✓ Reconstruction ❑✓ Pedestrian / Facilities ❑ 2-R m ❑ Railroad ❑✓ Parking ❑ Other ❑ Bridge �- U Geometric Design Data a Description Through Route Crossroad L ❑ Principal Arterial ❑ Principal Arterial a Federal ❑✓ Minor Arterial El Minor Arterial ❑✓ Urban ❑ Urban v ❑ Collector El Collector Functional Rural Ruralco Classification El NHS ElMajor Collector Major Collector ❑ Minor Collector E] NHS ❑❑ Minor Collector 00 ❑ Local Access ❑ Local Access in Terrain ❑✓ Flat ❑ Roll Mountain ❑✓ Flat ❑ Roll ❑ Mountain M Posted Speed 35 Design Speed N/A E Existing ADT 19,912 c Design Year ADT Y Design Year M Design Hourly Volume (DHV) 0 E Performance of Work Preliminary Engineering Will Be Performed By Others Agency City of Kent 1 % 99 ovaCn r Construction Will Be Performed By Contract Agency Private Contractor % ova as d Environmental Classification M ❑ Class I - Environmental Impact Statement (EIS) ❑✓ Class II - Categorically Excluded (CE) M ❑ Project Involves NEPA/SEPA Section 404 ❑ Projects Requiring Documentation w Interagency Agreement (Documented CE) ❑ Class III - Environmental Assessment (EA) 0 ❑ Project Involves NEPA/SEPA Section 404 a` Interagency Agreements d Environmental Considerations E z a DOT Form 140-101 Revised 01/2022 Previous Editions Obsolete Packet Pg. 124 4.F.b Agency Project Title Date City of Kent Meeker Street Multimodal, Kent Elementary 4/22/22 Right of Way ❑✓ No Right of Way Needed ❑ Right of Way Needed *All construction required by the ❑ No Relocation ❑ Relocation Required contract can be accomplished within the existing right of way. c W Utilities Railroad a ❑✓ No utilityre work required ❑✓ No railroad work required � a ❑All utility work will be completed prior to the start ❑All railroad work will be completed prior to the start of 5 of the construction contract the construction contract ❑All utility work will be completed in coordination ❑All the railroad work will be completed in coordination Q with the construction contract with the construction contract Description of Utility Relocation or Adjustments and Existing Major Structures Involved in the Project W a 0 0 co 0 c d E d w c m Y R O FAA Involvement E 0 Is any airport located within 3.2 kilometers (2 miles) of the proposed project?❑Yes ❑✓ No d Remarks L r Cn L d Cd L M r M N 7 V d N O L a c d E z This project has been reviewed by the legislative body of the administration agency or agencies, or it's a designee, and is not inconsistent with the agency's comprehensive plan for community development. Agency Date By Mayor/Chairperson DOT Form 140-101 Revised 0112022 Previous Editions Obsolete Packet Pg. 125 4.G PUBLIC WORKS COMMITTEE Chad Bieren, P.E. 220 Fourth Avenue South KENT Kent, WA 98032 WASHINGTON 253-856-5500 DATE: May 2, 2022 TO: Public Works Committee SUBJECT: INFO ONLY: 2023-2028 Six-Year Transportation Improvement Program SUMMARY: The Draft 2023-2028 Six-Year Transportation Improvement Program (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 set forth those projects and programs of regional significance for inclusion in the TIP. The TIP is also required to be consistent with the Kent Comprehensive Plan, including the recent update to incorporate the Transportation Master Plan. Including projects in the TIP allows the City to search for funding partners and apply for grants. Most State and Federal agencies require that projects being submitted for grants be included in the City's adopted TIP. Staff will be providing an update on completed projects proposed to be removed from the TIP and new projects and plans proposed to be added to the TIP. Staff will also demonstrate the GIS StoryMap that will be used for public engagement and feedback on the proposed TIP. State law requires that the City hold a public hearing before adopting the TIP. This public hearing will be held on May 17 at the regularly scheduled City Council meeting. SUPPORTS STRATEGIC PLAN GOAL: Evolving Infrastructure - Connecting people and places through strategic investments in physical and technological infrastructure. Sustainable Services - Providing quality services through responsible financial management, economic growth, and partnerships. ATTACHMENTS: 1. Draft 23-28 TIP (PDF) Packet Pg. 126 1 1 . . TRANSPORTATION IMPROVEMENTPROGRAM CITY OF KENT WASHINGTON 12028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM _E 0. AMk 00 y —�-- _.- • LL if 00 04 d. F Mayor . • Ralph • • Bieren, PE, Directorof Public Works I Packet .g 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Table of Contents: Introduction ..........................................................................................i ProjectList ..........................................................................................v 0 L a 2023 - 2028 Six-Year TIP Cost Estimates ............................................... ix E Mapof Projects ................................................................................. xiv o L Q E Project Descriptions .............................................................................. 1 E 0 Contact Information ............................................................................ 58 0 a N C L L d K 00 N O N M N O N J z O O LL z v v r M d H O N Cl) N L E V Y Q On the Cover: Ariel image of the Willis Street at 4th Avenue South Roundabout Packet Pg. 128 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Introduction Overview The Six-Year Transportation Improvement Program (TIP) is a short-range planning document that is updated annually based on needs and policies identified in the City's adopted Comprehensive Plan and Transportation Master Plan (TMP). A major 0- update of the TMP was adopted on March 2, 2021. Projects, plans and program move from the TMP to the TIP as priority projects, grants and other funding sources E are identified. The TIP represents Kent's current list of needed projects that are o anticipated to begin preliminary engineering, right of way acquisition or 0- construction within the next six years. The TIP also includes ongoing citywide E c transportation plans and programs. Projects, plans and programs are included in ° the TIP plan for a variety of reasons. These projects, plans and programs o encompass all transportation modes as well as both capital improvements and �- operations and maintenance. L The document identifies secured or reasonably expected revenue sources for each project or program. The TIP serves as a draft work plan for the development of the x local transportation network. Once adopted, the TIP will guide funding and cn implementation priorities during the development of the transportation portion of o the Six-Year Capital Improvement Program (CIP). The CIP shows the City-funded M portion of projects and is constrained by current budget forecasts, whereas the TIP N shows a complete project list with the variety of funding sources and partners J involved. o Historically, the largest sources of funding for TIP projects have been grants. o Funding for transportation projects is available from federal, state, and local Z resources. Each funding source has specific rules and guidelines about what types r of projects it will fund, how much of a project will be funded and timelines for expenditure of funds. Additionally, most grant programs require a funding match, a which means that the City must contribute funding to the cost of the project. N The City of Kent funds transportation projects using the General Fund, Street Fund, N Local Improvement Districts, Transportation Impact Fees, Business and Occupation Tax, Solid Waste Utility Tax, and grant revenue from local, state, and federal governments. One reason the TIP is updated annually is that many revenue sources are closely tied to the health of the economy and can therefore be unpredictable. In addition, grant criteria can change from the previous cycle necessitating a re- evaluation of the TIP projects. a CITY OF KENT i Packet Pg. 129 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Document Structure Each project, plan or program listed in the TIP includes an estimated cost, the amount of funding secured or unsecured and the funding source(s). If grant funding has been secured from a specific source, it is identified. Projects listed that are necessary to accommodate growth and allow the City to maintain its adopted Levels of Service may be funded in part by transportation impact fees. The costs for projects programmed in the first three years of the TIP have been developed with a o higher level of certainty, whereas those in the latter three years have been a developed with less specificity, as those projects are generally less defined. There are a series of six maps. Figure 1 details the six subareas that were developed in the Transportation Master Plan (TMP). Figures 2 through 6 detail the TIP projects by L subarea. E c Requirements State law requires that each city develop a local TIP and that it be updated annually o (RCW 35.77.010). The TIP represents an important planning component under the State's Growth Management Act and must be consistent with the transportation element of the City's Comprehensive Plan. The TIP may be revised at any time during the year by a majority of the Council, after a public hearing. In order to compete for transportation funding grants from federal and state sources, granting agencies require projects to be included in the TIP. N 0 N Changes to the TIC N 0 The City updated its Comprehensive Plan in 2015. The first six years of the N Comprehensive Plan are financially constrained, meaning that secured funding is J demonstrated within an approved budget or similarly approved funding action. o Consequently, the 2023-2028 TIP has been revised to reflect projects that will likely o be constructed using existing funding sources as well as the City's historical record Z of average grant disbursements. Tables 1 and 2 below detail projects added and removed from the TIP. Table 3 details changes to existing project descriptions. a i= co N M N R i r C t V R Q CITY OF KENT ii Packet Pg. 130 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Table 1 2023-2028 Six-Year TIP Plans Added PLAN NAME #1 Central Avenue Plan #2 Greenwa s Plan Table 2 2022-2027 Six-Year TIP Projects Removed o L PROJECT NAME COMMENTS a #1- W James Street at 2nd Avenue N Pedestrian Crossing Completed #2- S 212th Street - 72nd Avenue S to 84th Avenue S (E Valley Completed o Highway) L #4 - Willis Street Shared Use Paths- Union Pacific Railroad to the 4th Completed E Avenue South Roundabout c 0 2 Table 3 L 0 2022-2027 Six-Year TIP Projects Changed PROJECT NAME COMMENTS a L S 212th Street and E Valley Highway L #26. E Valley Highway - South 196th Intersection project and the S 196th Street to S 212th Street Street to S 212th Street - E Valley x Highway pavement were combined 00 into one project to maximize efficiency N N M N O N J Z O O a_ Z v M a i= 00 N M N R L r C E t V R Q CITY OF KENT iii Packet Pg. 131 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Measure Progress through Systemwide Transportation Performance Measures An update to the Transportation Master Plan (TMP) k detailed the need and framework for o Systemwide a transportation Project performance 4) PerfF measures to track 0 L 4. Q progress on E completing projects o ' and implementing L policies. Systemwide a performance measures are used to a � understand how a� progress on projects x and policies in 00 translates into progress on the five adopted transportation goals. The measures are o used as checkpoints to understand where progress is occurring and not occurring to N reach the goals of Connectivity and Options, Safety and Health, Stewardship, N Strategy and Placemaking. Performance measure provide the data to understand J Kent's progress and if redirection is necessary to reach the adopted goals. z 0 0 During the Transportation Master Plan staff from Public Works, Economic and Z Community Development, and Parks collaborated to develop a list of potential performance measures including data sources and availability, funding needs, and M collection and analysis processes. a co N M N R L r C E t V R Q CITY OF KENT iv Packet Pg. 132 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project List Project # Project Name, Location and Extent 1. Russell Road Pedestrian Improvements Phase 2 - 700 feet north of W E Meeker Street to existing sidewalk 500 feet south of 240t" Street a, 0 L IL 2. Transportation Master Plan a� E 3. 76t" Avenue S (North Phase) - S 212t" Street to 1,000 Feet South of S > 0 212t" Street a E 4. S 212th Street - Green River Bridge (west) to Orillia Road S/City o Limits 2 L 0 Q 5. S 240th Street Sidewalks from Russell Road to Lakeside Boulevard E L 6. Russell Road Pedestrian Improvements Phase 1 - Meeker Street to a� Hogan Park X 7. Auburn to Renton RapidRide Access Improvements 00 N 8. Four Rectangular Rapid Flash Beacons (RRFBs) at 104t" Avenue SE N M south of SE 256t" Street, SE 240t" Street east of 104t" Avenue SE, o N Central Avenue N between Novak Lane and Woodford Avenue N, and Central Avenue N between Woodford Avenue N and E George Street Z 0 9. Local Road Safety Plan - 2020 Highway Safety Improvement Program Z (HSIP) Award v 10. Meeker Street and 64t" Avenue S - Intersection Improvements a 11. Reith Road - Compact Roundabouts and Road Diet co N M 12. Meeker Frontage Improvement at Kent Elementary School N Ca 13. New Traffic Signal on Washington Avenue S (SR 181) between W r Meeker Street and Kent-Des Moines Road (SR 516) 14. Veterans Drive Extension - Military Road to I-5 Southbound Off-ramp a CITY OF KENT v Packet Pg. 133 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM 15. E Valley Highway Pavement Preservation - S 1961" Street to S 2121" Street 16. 132nd Avenue SE Pedestrian Improvements (Phase 3) - SE Kent- Kangley Road to SE 2781" Place E 17. 76t" Avenue S (South Phase) - 2,600 Feet South of S 212t" Street to 3,660 Feet South of S 212t" Street ° a c 18. Local Road Safety Plan - 2023 Highway Safety Improvement Program a� 19. BNSF Railway Company Railroad Quiet Zone a E 20. Union Pacific Railroad Quiet Zone o 21. Meeker Street Green River Bridge Rehabilitation o a 22. Military Road at Reith Road/S 260t" Street Intersection Improvements L L 23. S 218t" Street/98t" Avenue S - 94t" Place S to 99t" Avenue S x 24. Naden Avenue and Willis Street Intersection Improvements 00 N O 25. Safe Routes to School - School Zone Flashers at Seven Elementary M Schools o N 26. W Meeker Street Frontage from Thompson Avenue to the Interurban Z Trail O O U_ 27. New and Enhanced Pedestrian Crossings in the Downtown Regional Z Iq Growth Center, in the Kent Manufacturing/Industrial Center (MIC), and r along the Interurban Trail a 28. Naden Avenue Improvements - Willis Street to Meeker Street 00 N M 29. 108t" Avenue SE (SR 515/Benson Highway) at Panther Lake Library - Pedestrian Hybrid Beacon (PHB) pedestrian crossing o 30. W Meeker Street Frontage from Washington Avenue to Thompson Avenue 31. S 216t" Street - 99t" Avenue S to 108t" Avenue SE (SR 515/Benson a Highway) CITY OF KENT vi Packet Pg. 134 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM 32. 83rd Avenue S Sidewalks from S 2281" Street to S 2241" Street 33. SE 272nd Street (SR 516) at 1481" Avenue SE (Lake Meridian) - Pedestrian Hybrid Beacon (PHB) Pedestrian Crossing 34. Safe Routes to School - East Hill Elementary and Mill Creek Middle Schools L 0 L 35. Local Road Safety Plan - 2025 Highway Safety Improvement Program a a� 36. Panther Lake Signal System Integration 0 L 37. Railroad Safety Project - BNSF Railroad Crossing at E Smith Street E c 38. Kent Transit Center - Access, Mobility and Safety Improvements 0 39. W James Street/W Smith Street Pedestrian Improvements �- L 40. Meeker Frontage Improvement from Kent Elementary School to L Washington Avenue N and New Traffic Signal x 41. S 212t" Street Green River Bridge Rehabilitation 00 N O 42. S 212t" Street - Green River Bridge (East) to 72nd Avenue S M N O 43. W Meeker Street Road Diet from the Interurban Trail to 61" Avenue S N and Intersection Improvements at 6t" Avenue S z 0 44. SE 248t" Street Improvements - 104t" Avenue SE to 109t" Avenue SE o z 45. SE 248t" Street Improvements - 109t" Avenue SE to 116t" Avenue SE r M 46. E Willis Street (SR 516) and Central Avenue (SR 516) Intersection a Improvements P: 00 N M 47. Central Avenue - Traffic Signal Communication N L 48. Midway Subarea TOD Streets - S 244t" Street and 32nd Avenue S c a� 49. 132nd Avenue SE Pedestrian Improvements (Phase 4) - SE 228t" Street E to SE 240t" Street a 50. SE 248t" Street at 1161" Avenue SE Roundabout CITY OF KENT vii Packet Pg. 135 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Transportation Plans 1. Central Avenue Plan 2. Greenways Plan Ongoing Citywide Programs a� 0 L 1. Street and Sidewalk Preservation and Repair Program a a� 2. Traffic Signal Management Program E 0 L 3. Channelization and Pavement Markings Maintenance Program E c 4. Guardrail Improvement Program 0 L S. City Safety Program N L L X_ 00 N O N M N O N J Z O O a_ Z v M a i= 00 N M N R L r C E t V R Q CITY OF KENT viii Packet Pg. 136 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM PROJECT COSTS PHASES y nar elimi r No. Project Year Total Project Costs City Secured Secured External Unsecured Phases Total Other Preliminary Engineering Right of Way Construction Russell Road Pedestrian Improvements Phase 2 - 700 1 feet north of W Meeker Street to 2022 $ 605,000 $ 140,000 $ 465,000 $ - $ 605,000 $ - $ 118,000 $ 54,000 $ 433,000 existing sidewalk 500 feet south E of S 240t" Street 0 L 2 Transportation Master Plan 2022 $ 940,000 $ 940,000 $ - $ - $ 940,000 $ 940,000 $ - $ - $ - a. c 76th Avenue S (North Phase) - 3 S 212th Street to 1,000 Feet 2022 $ 4,000,000 $ 520,000 $ 3,480,000 $ - $ 4,000,000 $ - $ 220,000 $ 130,000 $ 3,650,000 South of S 212th Street o 0. S 212th Street - Green River E 4 Bridge (West) to Orillia Road 2022 $ 1,840,000 $ 340,000 $ 1,500,000 $ - $ 1,840,000 $ - $ 140,000 $ - $ 1,700,000 a 0 S/City LimitsZ. S 240th Street Sidewalks from 0 0 S Russell Road to Lakeside 2023 $ 429,900 $ 117,900 $ 312,000 $ - $ 429,900 $ - $35,825 $ - $394,075 Boulevard E 2 L Russell Road Pedestrian 6 Improvements Phase 1 - Meeker 2023 $ 750,000 $ - $ 750,000 $ - $ 750,000 $ - $ 80,000 $ - $ 670,000 Street to Hogan Park x Auburn to Renton Rapid Ride Cn Access Improvements 2023 $ 10,680,000 $ - $ 10,680,000 $ - $ 10,680,000 $1,520,000 $ 1,650,000 $ - $ 7,510,000 N U) Four Rectangular Rapid Flashing N U Beacons (RRFBs) at 104th N LU Avenue SE south of SE 256th J r-1 Street, SE 240th Street east of o 104th Avenue SE, Central - O 8 Avenue N between Novak Lane 2023 $ 1,255,000 $ 91,412 $ 1,163,588 $ $ 1,255,000 $ $ 269,000 $ $ 986,000 Z a and Woodford Avenue N, and Rt Central Avenue N between r Woodford Avenue N and E George Street Local Road Safety Plan - 2020 N 9 Highway Safety Improvement 2023 $ 1,800,000 $ 180,000 $ 1,620,000 $ - $ 1,800,000 $ - $ 275,000 $ - $ 1,525,000 N Program (HSIP) Award L Meeker Street and 64th Avenue 10 S - Intersection Improvements 2023 $ 2,616,000 $ - $ 274,000 $ 2,342,000 $ 2,616,000 $ - $ 291,000 $ - $ 2,325,000 Reith Road - Compact E 11 Roundabouts and Road Diet 2023 $ 2,493,000 $ - $ 1,595,000 $ 898,000 $ 2,493,000 $ - $ 208,000 $ - $ 2,285,000 a Meeker Frontage Improvement a 12 at Kent Elementary School 2023 $ 1,906,000 $ 600,000 $ - $ 1,306,000 $ 1,906,000 $ - $ 173,000 $ - $ 1,733,000 CITY OF KENT Packet Pg. 137 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM PROJECT COSTS PHASES y nar elimi r No. Project Year Total Project Costs City Secured Secured External Unsecured Phases Total Other Preliminary Engineering Right of Way Construction New Traffic Signal on 13 Washington Avenue S (SR 181) 2023 $ 2,332,000 $ - $ - $ 2,332,000 $ 2,332,000 $ - $ 212,000 $ - $ 2,120,000 between W Meeker Street and Kent-Des Moines Road (SR 516) L Veterans Drive Extension - 0 14 Military Road to I-5 Southbound 2023 $ 51,620,000 $ - $ 47,104,000 $ 4,516,000 $ 51,620,000 $ - $ 2,765,000 ######## $ 38,585,000 A. Off-ram c a� E Valley Highway Pavement E 15 Preservation - S 196th Street to 2023 $ 4,277,000 $ - $ - $ 4,277,000 $ 4,277,000 $ - $ 318,000 $ - $ 3,959,000 0 S 212th Street a E 132nd Avenue SE Pedestrian c Improvements (Phase 3) - SE 0 16 2023 $ 408,940 $ - $ 58,940 $ 350,000 $ 408,940 $ - $ 58,940 $ - $ 350,000 Kent-Kangley Road to SE 278th 0 CL Place 76th Avenue S (South Phase) - 17 2,600 Feet South of S 212th 2023 $ 14,500,000 $ - $ 3,000,000 $ 11,500,000 $ 14,500,000 $ - $ 1,570,000 $ 2,330,000 $ 10,600,000 L Street to 3,660 Feet South of S >_ 212th Street x in Local Road Safety Plan - 2023 N 18 Highway Safety Improvement 2023 $ 918,000 $ - $ - $ 918,000 $ 918,000 $ - $ 112,000 $ 64,000 $ 742,000 N Program `14 CD 19 BNSF Railway Company Railroad 2024 $ 1,938,000 $ 1,938,000 $ - $ - $ 1938000 $ - $ 135000 $ 49000 $ 1754000 N uiet Zone , , , , , , _J J Z 20 Union Pacific Railroad Quiet Zone 2024 $ 1,212,000 $ 1,212,000 $ - $ - $ 1,212,000 $ - $ 85,000 $ 31,000 $ 1,096,000 0 0 21 Meeker Street Green River 2024 $ 6,052,000 $ 1,567,680 $ 4,484,320 $ - $ 6,052,000 $ - $ 850,000 $ - $ 5,202,000 Z Bridge Rehabilitation Rt Military Road at Reith Road/S M U) 22 260th Street Intersection 2024 $ 10,312,000 $ - $ - $ 10,312,000 $ 10,312,000 $ - $ 938,000 $ - $ 9,374,000 ~ Improvements U 00 W S 218th Street/98th Avenue S - N 0 23 94th Place S to 99th Avenue S 2024 $ 11,549,000 $ 663,620 $ 10,885,380 $ - $ 11,549,000 $ - $ 1,173,000 $ 1,263,000 $ 9,113,000 N Naden Avenue and Willis Street a 24 2024 $ 2 800 000 $ 2,800,000 $ - $ 2,800,000 $ - $ 273,000 $ 251 000 $ 2f276,000 Intersection Improvements Safe Routes to School - School E 25 Zone Flashers at Seven 2025 $ 418,000 $ - $ - $ 418,000 $ 418,000 $ - $ 42,000 $ - $ 376,000 Elementary Schools a W Meeker Street Frontage from 26 Thompson Avenue to the 2025 $ 6,100,000 $ 1,342,500 $ - $ 4,757,500 $ 6,100,000 $ - $ 500,000 $ 100,000 $ 5,500,000 Interurban Trail CITY OF KENT Packet Pg. 138 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM PROJECT COSTS PHASES y nar elimi r No. Project Year Total Project Costs City Secured Secured External Unsecured Phases Total Other Preliminary Engineering Right of Way Construction New and Enhanced Pedestrian Crossings in the Downtown 27 Regional Growth Center, in the 2025 - - - - Kent Manufacturing/Industrial $ 6,200,000 $ $ $ 6,200,000 $ 6,200,000 $ $ 600,000 $ $ 5,600,000 E Center (MIC), and along the 0 Interurban Trail a c 28 Naden Avenue Improvements - 2025 - - - E Willis Street to Meeker Street $ 3,000,000 $ $ $ 3,000,000 $ 3,000,000 $ $ 400,000 $ 200,000 $ 2,400,000 0 0. 108th Avenue SE (SR E 515/Benson Highway) at c 29 Panther Lake Library - 2025 $ 895,500 $ - $ - $ 895,500 $ 895,500 $ - $ 742,000 $ - $ 153,500 Pedestrian Hybrid Beacon (PHB) 0 Pedestrian Crossing W Meeker Street Frontage from ;a 30 Washington Avenue to 2025 $ 2,050,000 $ - $ - $ 2,050,000 $ 2,050,000 $ - $ 250,000 $ - $ 1,800,000tu Thompson Avenue >_ S 216t" Street - 99th Avenue S Cn 31 to 108th Avenue SE (SR 2025 $ 14,630,000 $ - $ 14,630,000 $ - $ 14,630,000 $ - $ 1,680,000 $ 1,450,000 $ 11,500,000 oo 515 Benson Highway) N M 32 83rd Avenue S Sidewalks from S 2025 $ 600,000 $ - $ - $ 600,000 $ 600,000 $ - $ 100,000 $ - $ 500,000 N CIA 228th Street to S 224th Street SE 272nd Street (SR 516) at z 148th Avenue SE (Lake o 33 Meridian) - Pedestrian Hybrid 2025 $ 1,300,000 $ - $ 120,000 $ 1,180,000 $ 1,300,000 $ - $ 200,000 $ - $ 1,100,000 z_ Beacon (PHB) Pedestrian Rt lCrossing Rt r Safe Routes to School - East Hill 34 Elementary and Mill Creek 2025 $ 600,000 $ - $ - $ 600,000 $ 600,000 $ - $ 100,000 $ 100,000 $ 400,000 a Middle Schools Local Road Safety Plan - 2025 M 35 Highway Safety Improvement 2025 $ 1,100,000 $ 04 - $ - $ 1,100,000 $ 1,100,000 $ - $ 200,000 $ 100,000 $ 800,000 Program fd 0 U0 36 Panther Lake Signal System 2026 $ 600,000 $ - $ - $ 600,000 $ 600,000 $ - $ 100,000 $ - $ 500,000 = Integration E U Railroad Safety Project - BNSF LLl 37 Railroad Crossing at E Smith 2026 $ 800,000 $ - $ - $ 800,000 $ 800,000 $ - $ 100,000 $ - $ 700,000 a r_1 Street 0 Kent Transit Center - Access, CL 38 Mobility and Safety 2026 $ 4,400,000 $ - $ - $ 4,400,000 $ 4,400,000 $1,000,000 $ 900,000 $ - $ 2,500,000 Im rovements CITY OF KENT Packet Pg. 139 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM PROJECT COSTS PHASES y nar elimi r No. Project Year Total Project Costs City Secured Secured External Unsecured Phases Total Other Preliminary Engineering Right of Way Construction 39 W James Street/W Smith Street 2026 1,100,000 - - 1,100,000 1,100,000 - 200 000 - Pedestrian Improvements $ $ $ $ $ $ $ $ $ 900,000 Meeker Frontage Improvement 40 from Kent Elementary School to 2027 $ 10,000,000 $ - $ - $ 10,000,000 $ 10,000,000 $ - $ 900,000 $ 100,000 $ 9,000,000 0 Washington Avenue N and Newa` Traffic Signal aD S 212th Street Green River E 41 grid a Rehabilitation 2027 $ 1,300,000 $ - $ - $ 1,300,000 $ 1,300,000 $ - $ 200,000 $ - $ 1,100,000 0 0. 42 S 212th Street - Green River 2027 E Bridge (East) to 72nd Avenue S $ 3,346,000 $ 1,846,000 $ $ 1,500,000 $ 3,346,000 $ $ 206,000 $ $ 3,140,000 - c 0 W Meeker Street Road Diet from 0 43 the Interurban Trail to 6th 2027 - - - - a Avenue S and Intersection $ 600,000 $ $ $ 600,000 $ 600,000 $ $ 100,000 $ $ 500,000 Improvements at 6th Avenue S ~ S 248th Street Improvements - 44 104th Avenue S to 109th 2027 $ 6,900,000 $ - $ - $ 6,900,000 $ 6,900,000 $ - $ 600,000 $ 300,000 $ 6,000,000Fn Avenue S 00 N S 248th Street Improvements - N 45 109th Avenue S to 116th 2027 $ 8,300,000 $ - $ - $ 8,300,000 $ 8,300,000 $ - $ 600,000 $ 300,000 $ 7,400,000 0 Avenue SE N J E Willis Street (SR 516) and z 46 Central Avenue S (SR 516) 2027 $ 700,000 $ 168,000 $ - $ 532,000 $ 700,000 $ - $ 100,000 $ 200,000 $ 400,000 0 Intersection Improvements z_ ~ 47 Central Avenue - Traffic Signal 2027 W Communication $ 6,100,000 $ - $ - $ 6,100,000 $ 6,100,000 $ 300,000 $ 1,500,000 $ - $ 4,300,000 M Midway Subarea TOD Streets - O 48 S 244th Street and 32nd Avenue 2027 $ 7,200,000 $ - $ - $ 7,200,000 $ 7,200,000 $ - $ 800,000 $ 1,700,000 $ 4,700,000 0 S 00 N CL M 132nd Avenue SE Pedestrian 04 49 Improvements (Phase 4) - SE 2028 $ 1,200,000 $ - $ - $ 1,200,000 $ 1,200,000 $ - $ 200,000 $ - $ 1,000,000 228th Street to SE 240th Street c 50 Southeast 248th Street at 116th 2028 $ 3,800,000 $ - $ - $ 3,800,000 $ 3,800,000 $ - $ 400,000 $ 700,000 $ 2,700,000 t Ave SE Roundabout �a Total Projects $ 230,473,340 $ 14,467,112 $ 102,122,228 $ 113,884,000 $ 230,473,340 $ 3,760,000 $ 23,669,765 $19,692,000 $ 183,351,575 a CITY OF KENT Packet Pg. 140 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM PROJECT COSTS PHASES y nar elimi r No. Project Year Total Project Costs City Secured Secured External Unsecured Phases Total Other Preliminary Engineering Right of Way Construction U) 51 Central Avenue Plan 2028 $ 725,000 $ - $ - $ 725,000 $725,000 $600,000 $ 125,000 $ - $ - z a a 52 Greenways Plan 2028 $ 725,000 $ - $ - $ 725,000 $725,000 $600,000 $ 125,000 $ - $ - E �a L Total Projects $ 1,450,000 $ - $ - $ 1,450,000 $ 1,450,000 $ 1,200,000 $ 250,000 $ - $ - o a. 54 Street and Sidewalk Preservation Ongoing $ 128,504,000 $ 38,400,000 $ - $ 90,104,000 $ 128,504,000 $ - $ 17,991,000 $ 1,286,000 $ 109,227,000 000 E and Repair (n Traffic Signal Management ° 55 Program Ongoing $ 5,082,000 $ 3,750,000 $ - $ 1,332,000 $ 5,082,000 $ - $ 726,000 $ - $ 4,356,000 E Q Channelization and Pavement c OC 56 Ongoing $ 5,809,000 $ 2,575,000 $ - $ 3,234,000 $ 5,809,000 $ - $ 872,000 $ - $ 4,937,000 Markings Maintenance O a 57 Guardrail Safety Improvements Ongoing $ 799,000 $ 660,000 $ - $ 139,000 $ 799,000 $ - $ 73,000 $ - $ 726,000 L CL � L 58 City Safety Program Ongoing $ 3,270,000 $ - $ - $ 3,270,000 $ 3,270,000 $ - $ 492,000 $ - $ 2,778,000 (D X Total Programs $ 143,464,000 $ 45,385,000 $ - $ 98,079,000 $ 143,464,000 $ - $ 20,154,000 $ 1,286,000 $ 122,024,000 N 0 N M Grand Total $ 375,387,340 $ 59,852,112 $102,122,228 $ 213,413,000 $ 375,387,340 $4,960,000 $ 44,073,765 $20,978,000 $ 305,375,575 N J Z O O LL Z T M d H 00 N M N L rt+ d E V Q CITY OF KENT Packet Pg. 141 SE m e v s Figure 1 : City of v o 20�V_�0�� )I' 3't r`,1a IIFnkII , SE Pe„O-11, Rd R 'SE 1841h St w H N re e fS 188th S ,� SE t66th St 'K'I VPark .• _ _ r SE1881hSt Transportation 190th St Improvement Progra i r, � tS 192ntl SI SE/92ntl SI Mdf�7 0 ��•` S -SE192nd StI �„sttTIP`\/ Pro1�ect � / a/5196th SI SE 1961h St y Q Subareas S.2001h t TheS ' Cem{'renr G � IF 1'.]Jth It Des Moines _+ Creek Park - L 4 m 52041h St D V" sE2u4,est y 4 r 55.nc Projects fall into five categories: ww° Pro moth r + S 208th St S 208th S1 �r JI.V n,1 ValkyFb., 3� a SE208thSt '� Capacity/ITS Maintenance Multimod Des Moines Common rty Park m L• G c�k7re° (221SIP 822thSt 2it1ry$1Non-Motorized, and Safety. Kent is s[ E into Subareas based on land useo Das M1Nnes s 216Lh St Nmrry p S 2161h St S 216th St '6E2,61h6ttransportation network and topograp a: 1 M�nufacturin Indrstrial 62291n 61 g 61h P1 1 characteristics. For project informatic r 22ndSt vRA ,.R., n SE t-.rh PI� see the Cit of Kent 2023-2028 ° Center5223rtlSt GGREEh0. East Hill — NorthyTransportation Improvement Plano0 HynA _Q School PB 5226tn Sf SE 224th StkidSE 225th`'�Fhnal We�' SE226„,s, contact the Interim TransportationSE 228Ih St u2�a"bSf�2SE 118m P1Planner Shivani Lal at slal@kentwa.gi ads Dr H Russell 51y6�ca11 m Fark hkN.rtlan .Q r D ter Wbotls Park - - , e' I Park s L �#4 SE 232nd St ¢' 'hNent de m - ' = at SE c i Legend , 4 1 5236tn s1 Hi:11J,i..,.• E 236[h I+I 1 1f >*S 240th St 111 H _ -t 00 Downto , h .mr EJames St a £ ' SE 2401"I i P.dPark �� � 3§ , a S2- t■y" it WSmithSt aESmithS, m � it City Limits • N SE 2441h 51 a Park R e-rl ELr 'f� 0 tt omt L. Somu Fa k ..:I f k �, W Meeker St - -- .r. ' - + + Kent a Morre1 Easy I — �'l01 I N � s Mealoxs HII , �. I o�i� '�a ii Fark Part: SE 248N 51 II� -n�, a'ti X1e 0�9� tSt S2501h� Q0 ^ - I1�T_ unhr.liLY w 1 Subareas Z i e O 4-�zndsl �j � = � � �� � 'o, � a' re" SF f" NI'l �' r f East Hill south G SF251ctst p Downtown o < SF 2540,P1'. SE1 N Y F + -I' f SE 256„,st u SE 256th St ' Manufacturing/Industrial Center (MI Z idm% > S 260thft S 9�n PI Q Lj 1 .. -- 1 0 East Hill I I - North rt h Lake � y ' ikl ` Q y Fem k r o� , 5262nd S[ Farms _ , N , H�head • ' /V')v. 8 SE 260th St - Ne, H` + �enARa1ra1 9 1 4 ;� 0 East Hill South a Way 1 � o ` '®1 SE 263rn Pl m y °� _ 0 West Hill & Midway s 268tn St Niel— � , S 266th St m Ry 700 Park ¢ _ Tuaor - Q' Lake Meridian 1 CV M 5272 dSt 'F= �_ 1 1 < - SE 27Oth 61 L,w.. ��' This map is intended as a graphic aid only, and is nc NIF r _ MEN '/C legal document. The City Of Kent makes no a © eke 1 m A 1 sE274m51 representation or warranty as to its accuracy, placer G ` S Star LA.Rd c�•� 1 --� m �. or location of any map features thereon. The City Of C S 277th St 11111 NIN NIN NIN NIN + 5 277th-51 ,� m SE 2711h s t 1. P'. v Kent disclaims, and shall not be held liable for any a a) ee n �y a „ pgthSlNE Pad h > �� all damage, loss, or liability, whether direct, indirect, E E281s,SI Z F consequential which arises or may arise from this > •• SON SE262ntl St product or use thereof by any person or entity. Q w Z ¢' �+ 44th St NW N 1 SE 284th St p1 01— Under 23 U.S. Code § 148 and 23 U.S. Code § 409, S 288th St Farm G S 289„,PI f � � t Common f v �- P'* safety data, reports, surveys, schedules, lists compii i .',.,�' , LL a or collected for the purpose of identifying, evaluatinc Park P < ' 371h 51 NW planning the safety w S _ enhancement of p ' 1 otential crash Carrelot '1' m Park sites, hazardous roadway conditions, or railway-high, AY-aja.ea- S296thA S296th St= Q T _Farm> r 1 crossings are not subject to discovery or admitted in 5.2961h6t _ - - N evidence in a Federal or State court proceeding or H S,oP Z 30thz51NF h I� 1 SE�99thS considered for other purposes in any action for damages hPl „ park a Auhnn - `o i Goll Canty of King, Bure%of Laid Management, Brit HERE;Garmin,GeoTechnologies,Inc., NGA,USGS arising from any occurrence at a location mentioned or 0 S 304k5= 1 files a o e a a rf 9 , f ` addressed in such reports, surveys, Packet Pg. 142 1 1 a _ SE 3omn sr sE31,,hs m - e `o data. SS n Us 22stn St Figure 2. 2023-2 �; ■ > St 32 a TIP Projects in the N ¢ W��6' $23,st$t a Downtown Subarea Park Y 1 6 n 5231y7PI c > to m S 2320`tSt S 232nd Pt E Novak L m stuawtin S 232nd St J �+ S 233rd St °' n Projects fall into five categories: �rP U 25 9 E $23 Capacity/ITS, Maintenance, Multimodi U52'0 a h9 a 4 Non-Motorized, and Safety. Kent is sp n < ¢ c s Bay Ae Rock CreL te > in / N m t n C22351,,pt 0 into Subareas based on land use, L S �� S 236th$t Kent `o'?Gth PI ;? Ah G 236�P 1 A P s S236thPI ZW Cole St tvlemoral - transportation network, and o S237thPt`akeS`deB,y N 5��g2371h St 1. rs° Z a topographic characteristics. For projel a Green Riv.r 7r a� A a 9 ,,to Dr �.. -_ 0 ` 16 Z > information see the City of Kent a) ?P n $1�BrnA s S 238th St Obe I 2 W 'loudy St w _ ¢> v n c S 2371h P _ ¢ S239th 25 2023-2028 Transportation 5 S 239th S, 27 ¢ 39Z 7 Uth$t W James S239th PI = k8] 38 o a J Improvement Plan or contact the a N Opt EJ mesSt a 34 34 Interim Transportation Planner Shivai IA11 _ Z G _ R T 7 ¢ LL N S 240th PI z � WSamSt 38 47 a a S241stSt Lal at slal@kentwa.gov. o Russell = a z Ram$ Z z a ++ Road Nrk ID 6 lz6 u O Z dy > 11 �+ S 242nd St a C > 11 Legend o S 21ti c -i ¢> 3 Z erance St Q• 1 W Smith Ct $ 9 11 S to � N W Smith St 27 37 _¢ E Smith S n rL,. � > ■ 11 I , Cit Limits KENT �u) RiverLeni 10 12 40 30 g Q13 43 ~guar - a 5 _ I Y L F.it.- Har,i= Plate 27 w.a...,.v,a•• �. ti,�l = 11 h m ;n y WMeekerSt 2 13 7kerSt n > TIP Points In 26 26 Kent W Gowe 5t 11 ¢ a y�ii �.f; IandSt t Jo 00 21 a 25 30 s �, < °�°,� Capacity & Intelligent Transportation Syster D ¢ ° s 11 Maintenance o a n or m s ¢ n a p - y E Dean St� S N 7 S 249th St 28 8 W Saar 5t 46 7 x E Maclyn St 11 • Multimodal Street N L st`det--- = R. ^ a Non-motorized N n Old % Mullen Sbu h MoineS Rd ._ - 1 en — n E Guiberson St < - Fishing Natural Area __ Kentdee 5251st5t .�\ l,� - WINillisS1 11 - y \\Hole Park _ _ __ i i ° Seattle PI O Safety J \ 1 1 > 3 r �i Krxani, a Z E Seattle St Z --' l; Park A4 w crow St ## Project Number 0 v O 7 -_�jSt;;L S 251st PI y I I n c E Chicago St d4 I Morton a s c v o TIP Lines ? S 253r E Laurel St m o Millc—1. d SiSt y re°. 7 ¢ o .= j a > C a v II n �,,° _ ¢ 9° Eartnvorks Capacity & Intelligent Transportation Systems Rt S S 253rd P1 a < " i o f Hernlock StE a o1 Park p y 9 p yle ?54th`� u m ° ¢ Y , o Q' Marion St E Filbert St E, m $ Maintenance M S?56th St ` n Multimodal Street 11 o 7 Free d E Walnut St ry Non-motorized ~ x I > 00 S 257th St z ¢ D a L E h pie St ^ Safety N 27 11 11 ## Project Number N+, t Fo Ste r Park Subareas Lake A Fen- I I t to 0 Downtown Fla rb. I d s 26tst S L 7 This map is intended as a graphic aid only, and is not a legal v> ¢ S 262e St S 262nd St Wmehead Bend document. The City Of Kent makes no representation or warranty Lake ■ I Natural Ama I its accuracy,placement or location of any map features thereon. Ti Q Ferrxil ' I City Of Kent disclaims,and shall not be held liable for any and all n I damage, loss, or liability, whether direct, indirect, or consequential L J L 11 a which arises or may arise from this product or use thereof by any et f Kentc" 1 1 _ person or entity. Under 23 U.S. Code§148 and 23 U.S. Code§409,safety data, reports, surveys, schedules, lists compiled or collected for the purp s 266th St c' I of identifying, evaluating, or planning the safety enhancement of o carnab rn V " potential crash sites, hazardous roadway conditions, or railway- �+ y > v _� highway crossings are not subject to discovery or admitted into co ¢ q I evidence in a Federal or State court proceeding or considered for ot.rier ount o Bureau of Land Management E ri HERE,Garmin,GeoTechnolo ies, Inc., NG,$USGS h y 9 9 s purposes in any action for damages arising from any occurrence at a A L L) 0.* 0.5 Mlles L location mentioned or addressed in such reporP- iL Ilists, or data. Packet Pg. 143 `" 5S7881StS n a a$,B,st$t Figure 3 : 2023 2 S 18 st St y ¢ a N a r O S pl 43rtl St N o eSS182ngplre S182nd5(a N N rn SeyaleParkODr N ^'1'�"r' '- ¢ ,c TIP Projects in the Springbrook y �. p 3 S 183,U PI a L ., Y GmenbeX °D O y Bow Lake S 184th St^' e m S 182nd St _ Revery 4 a c' Itle S 45th Per N •r S,84thPI .� `�.IaX Manufacturing '^ 'D $46th PI a' s ` a' s 1a4u,st a S 185th St '��iWr $164th Sf L Rklge d A C e = Industrial Center S 186th St Rork h ark COr aF, n n m 948th St u N O S 185 th PI m $,67th$t re N N y _ u Subarea S r87th PI ^ U < $186th PI r Shy S 188th St y v - S 187th St — y111— u 'Be rh u SeaTac © ' N vh �!o S Glacier St E.:i In mjl a S S 50 htP1 Br_coe Park S 188th St > —- - — `Ot 5�90th St m Q BB,y OySs = 1:1�1e1 is h _ .. 167 t- 5, r 551y o Projects fall into five categories: E f ,gplhPte L n - _ S190th$t m S190th Capacity/ITS/ / L Maintenance Multimoda M S191st pl 5 = St m S 192nd St _ w m S 192nd St S 190th LnQ�� -_ - _ _ _ O a' "A' 4 a $192ndLn m - - S53,dP1 Non-Motorized, and Safety. Kent is spi L. h 5 194th SI S 193rd St 5 .c a N $192nU St d n S193rdP1 �d o, _ S192ndSt into Subareas based on land use, 4h kaP. M �.��''`� y m a S793rd$` transportation network, and topograph ar Lake Paik S 1941h St m S 194th St D S195thSt Angle Lake S194thPI S194thSt characteristics. For project informatior , N Y 2 S 195th PI - see the City of Kent 2023-2028 Q C 18II S 196th St y L_r., N N a Transportation Improvement Plan or E �L n F-n n1 ���'• contact the Interim Transportation `o S 198th St n,`,-, - ,rm Q-ae ,,, c N S 198th St •2 m ;m Planner Shivani Lal at slal@kentwa.go,N 4 0 m N S 199th PI N Q $2001h St ¢ a v S 2001h SI _ e N a S 200th St a $201s1$t = - Legend m u S 202nd`'� © e m p r a 1 C y202nd St- D 52�G AveS 34thQ N Th-B_e� r, * S 202nd St n \ S 20 a I , L S 204th St - - - - C..•n,t.�ny v m a S 203rdp 3 St City Limits N S204thSt a - KEEYrIT 15 S 204th A,q v/ 4 a m 3 TIP Points 00 3 s 206h St " d > N Q m �y< n y S206thpl Capacity & Intelligent Transportation Syster CIA^ >� 52OBthSt 5207thPl N s $207th Ct 40 Maintenance S 208h SI C s ` n D S 209th St N n Multimodal Street `�' valley Flmr 41 m S 210th St D°mma^yP rk 15 • Non-motorized � 29 42 S 2,Ith SD ,pl?251th B��Eiry 5211[h PIlllffi� 36 Q�SS O Safety o N >� N 91� N E v 3 �IhCt J $2,2th$t a ## Project Number 401h m 'P Q Stc�9 LL Z u 5 J J a h S 214th St P°c s $z,,hP, m TIP Lines N to 215 th Pt P r — Robenbnir S116Ih$t 5216thSt a m = = a = S2131 Capacity & Intelligent Transportation Systems ' m m Earlhaa "' _ m m m I 1 u c 357d Pa N m v n N a s 2hSt e a s2nthst e s2161h St N 23 Maintenance a G e� _ = n P m © N N e N�,'S 219th St z a 01 t N N Q VanD—s�,e Green Rver $219th St m S21 �" Multimodal Street C4 dU Q t La Ming Natural N ie» es Area r, n Np S `S Park N `�r^� Non-motorized �"� N ry n — 2201h 37 a S 220th St ..mek^ N Park Y m s2 m m Safety 207h u 17 R G L ii4 ' a Park 22,st$t 5221^S a m ## Project Number p 1.6d.va v Y:-n , Patlac Ridge .o _ s 222nd St 222nUPt 9RFPN Rh Lh NRA 7 222n S 224th St 47 Subareas E a _ 1 S22vih u m S224th Sr y a. $2241h S S 224th S7 s N N S226thSt D v 0 Manufacturing/Industrial Center th$f 'f Grandvi S N N O8-leas1,Dog 32 m 6� Grande„ „, a` ➢ This map is intended as a graphic aid only,and is not a legal document. z7m p1 — oe-�ayn a. City Of Kent makes no representation or warranty as to its accuracy, S 228h St Day R m yc placement or location of any map features thereon. The City Of Kent NS 228th St r disclaims,and shall not be held liable for any and all damage,loss,or 9 �a a' s�zat"st ^;I < a �3 liability, whether direct,indirect,or consequential which arises or may ar N s from this product or use thereof by any person or entity. Veterans Dry y m a S 14', w•,msl S 231e(St a 16 Under 23 U.S. Code§148 and 23 U.S. Code§409,safety data,reports, Park 5231y.,Pl 9 'a v m $ surveys,schedules,lists compiled or collected for the purpose of identifyL . a a' evaluating,or planning the safety enhancement of potential crash sites, 237nds` s 232nd p` — D N-',ak: s 232nq s1 hazardous roadway conditions,or railway-highway crossings are not sub; $2331d St nCity of Renton,County of Ki g, reau o Lan.d Mana ment, Esri ERE,Garmin,GeoTecl�nol@gies, Inc., NGA,USGS to discovery or admitted into evidence in a Federal or State court a'Qa' . r Q 'l�'/ Q ° N _ a' proceeding or considered for other purposes in any action for damages a Sz arising from any occurrence at a location mention !ell�d a S23>" a h a - E N 4 Packet P 144 - reports,surveys,schedules,lists,or data. g• S 53rd P\ SE 191 st St m r" 1901hS Figure 4. 2023-2 S 192nd St 6E,92ndSt 11 11 ° Se 191s1 PI TIP Projects in the 9 a y, SE 192nd St ' rn = � u u j SE 193rgS 1 36 P u v a 5 a' a' -E wSE193d = SE 19Q �w n East Hill - North F — — D a ._ w � Q 4PI SE 195th P1 nr di a t,, SE196thSt <'' 'o a 96WSt SF Subarea � F�n 1.,nk_ I'i pt SE1 $1 Y6M rp a Q S INFlth St W w � � L ry 197th Q v w _ s Projects fall into five categories: lh. SE 198th PI n L a 11 SE199thSt s A m Capacity/ITS, Maintenance, Multimodi s2°othst 36 SE 200th St v ° s., sF z sE2°°„ Non-Motorized, and Safety. Kent is sp 1�' Aves N 11 4F plst St g into Subareas based on land use S w w a e ♦ SE 201s[St / O w y N i Panther 5 SE201st9 L. u S 202nd St w y u S20 a a w Lake D transportation network and a N a o m m SE 202nd St, / m a s s 203rq P\ aStOhesme, < u a w SE 202nd PI m aY a i C y a Rldye Q — 24 m SE 203rtl St Jc�s`I'1 e a C 15 Patk o o SE204tnSt w� SE SE203rdP1 1 McVo a topographic characteristics. For proje s264IhPg5 , w a s �`' in see the City of Kent 0~ y WO S t D y r �h St n / y e w m Rn- Q y N 3 a SE2° 2023-2028 Transportation L ♦st a S 206th PI — F a q•,. SE 206 _ a TV Improvement Plan or contact the E S 207Ih PI2U6th 5( 36Interim Transportation Planner Shival ow cSE 208th 5r *1 Lal at slal@kentwa.gov.109tn plSE 210th St S 's O S 210th P1 S _ "`r• QLegend � SE m N SE 210Ih Pl � SE 211th 5mO Br a SE 212th PI 36 m L i _ v w < SE 212thL City Limitsya SE �SEq.\2mP N 36 2121h P1 L I j�ENT S 214th St P,e G SE 213th PIS I'll % w .t•+s•=•o*a. r� SE 213thst _ m u S 214th P1 m a n a r n G a 31 n SE214lh St w a K 36 11 m - w TIP Points Cl) m m m S S 216th St m v Tree < 00 N _` Capacity & Intelligent Transportation Syster o`r 2161h St ur 23 , 11 SL 2171h St F Park SE 216th St ry _ Or„�wn GP S N SE 217th St S21 ��;, SE27 s SE218lhSt m rn m SE217thP1 w • Maintenance N d' BLS D y SE218thPt o w v • Multimodal Street N N J ? a y ¢ rn N SE 49th Pt SE 218th n C. u u Park SF c a w SE219thPl l, Non-motorized a < SE 220th St a y ♦. SE 219th PI q Z c 5220th P1 ^ $ \1I u ^� a m o$ t SE 220th PI t O Safety p SE 227S C S 222nd st w y ^v 121stp St N0, SE 22 O 1st PIS y �221stP25 w ""' = 11 11 SE 222nd St y 9keSE N t 5 d ## Project NumberLL 122ndPt SE 222nd PIeS a Z n SE 223rd St N SE 223, Q Q 52241h5 S224thSt SE224thSt SE 223rdPl qor 126\r rapt TIP Lines Q c S SE 224th St 11' a " m F224th P2 w 9F' SE 224th St r 32 m m Se 225 th 0 m 0 SE 225th St S N 251\Ot a h Capacity & Intelligent Transportation Systems 5� 11 Q Q Q s N r5ta �29r 2 a — Maintenance a SE 226th StZ!! SE, ro SE 226th Q\ h2 SE226th St rn y 47 N 11 m � Multimodal Street yS 228th St " SE 227th Pt SE 00 SE 227tb PI 3 228MP1 n 28thSt ' Park ? ^', Non-motorized G �'♦ rn S _ y Orchard vwi SE 228\h PI s�'7q SE 22g♦1 yF,228th St N S�29HrPI c 4u n Park —y iS D w w w Safety +� °S ♦ 4. P `m rn u N y C S230th St R g`Q ♦SE m SSE 229th PI q, w p aSE v (Q 16 y S231stSl ^o p♦\1 QSW 25 Mend i 2 m SE230thS[a a ## Project Number i 6 ♦ 130th PI Meridian c J Q m - ♦ S� Park �s7St^^:- 1:y Novak: slua wlb S 232nd St ^0 9�$ Se 231s1 PI SE 2320aSt SE 231st Sty m n 32nd St �, �y Subareas Q SE 232ntl PI _ O a T`Pa rky o sE1 r SE 233rd St m E c m S 2J^ SE 233rd P/ A m _ n E „ N 4 11 a51 0 East Hill - North F rn SE 234th St' SE 21", ma's Bay AQ� Rock Cr>z� a y S 234th PI \ p+ SE 234th St 49 n m y235t2r P\ y u SE 234t 'P SE 235tb`' w m r..�k Part Q w 3 m — w ,30 m - I` r ''a6f1i PI c w w -` SE 236th St 35r u a SE 235th St y SE 235Ih St Lah a' "n11�.��� This map is intended as a graphic aid only,and is not a legal document. I;L nr_i��l to 15 W J.1. -1 a' a City Of Kent makes no representation or warrant as to its accuracy, SE 236th PI � c SE 236th St a' `�E t Y P Y Y so z d placement or location of any map features thereon. The City Of Kent by °' = D w 11 SE 237th Stw _ $ i w SE 23 h PI w disclaims,and shall not be held liable for any and all damage,loss,or 16 � < S 2371h o e u SE 237th PI lJ o .� N ; " se 237m P\ y " liability, whether direct,indirect,or consequential which arises or may a 38 a c s 239th 25 a 11 1 6 w F . a v SE 237th P1 from this product or use thereof b an person or entity. o uSE238t y SE2jemSt� _ y a a' p Y YP Y• O L t y a N a SE 2Jm $ a'J v S 238th Pt a m t m >' g - s Under 23 U.S. Code§148 and 23 U.S. Code§409,safety data,reports, 38 es st 3 a 34 34 m 1> surveys,schedules, lists compiled or collected for the purpose of identify n d n - E a' 11 4o evaluating, or planning the safety enhancement of potential crash sites, 11 39 o N S 240th PI m 1 th PI fights N S 24t st St Fi�.i w Z Q q Fark 3�A hazardous roadway conditions, or railway-highway crossings are not sub,___ = F:t�,-r u S 242nd St 11 SE 241st PI County of King, Bureau of Land Management, Esri, HERE,Gdrmn,GeoTeChyngltggies, Inc., NGA„USGS to discovery or admitted into evidence in a Federal or State court 0.15 0 0.5 Mil S242nd P1 d St "sr a proceeding or considered for other purposes in any action for dama es 11 E Temperance St iE SE 24 j S 243rd St a o arising from any occurrence at a location mention packet P 145 c 7 reports,surveys,schedules,lists,or data. g• i o SE 236th PI - th St a m C y E237thSt ^ < SF23 hpl SE236thSt Figure 5 : 2023-2 ¢ 237th PI' c w m a y y y G SE 237th PI � 5 2391h 25 a' ^ 11 16 11 u w ^ E 237 \ w J w u SE 73eti L D 6u`St>' NF °` L S 237th 49 L - L SE 237th PI TIP Projects in the y sEzs g a' S 239th Pl o+ a m _ ^ o y - SE 21, m h`' 1 34 y 11 ^ - - m ^ m - N 34 ¢ti 2401h PI S 24 40,s1 St Fr=1 i i y7 th Pt p,k 00 y SE 24,]lii St East Hill - South S 242nd St - SE 2,11s1 PI o `E SE 241s w m 242nd PI dSt lSiw a Subarea S ^ SE SE 2rr _ a y w a s S 263rd St v CanWrt�ry LaAe N 3 s ^y n PI Park N SE 244th St m SE 244th St Park m ; �` L S2441 Clark lake P SE 9E243rdP/ 5, Projects fall into five categories: o rya5th St S o`r ?y3a �74ptly y S245ihP1 SE S, 6 yv S t Capacity/ITS, Maintenance, Multimodi y �, 11 P 3246thPI 11 4W 44 45 50 a `N s _ Non-Motorized, and Safety. Kent is Sp E hI East , F246th St o 11 S L E247th PI P ParA SE 247ih S/� y S�S 248Ih St SE247 into Subareas based on land use, ' 'S th 11 y ^n N SE 248th St SE 248th St I.Iendbn N 2 k, transportation network and a sE2a9mst v H y 6E as�� clnl, lastns , rr o F m 4 u y y p a w _4 Pb ,.Ids S ? N topographic characteristics. For proje Park SE 250th PI m 150th SE25tslS1 yeti sE Se r information see the City of Kent 0) - ^ 2'17 �` a6� SE 7 �\g252nd 9t 515� � w SE 251stPl ¢ SE 251st pi ss m 2023-2028 Transportation o H SE 252ntl St w m tit doe htillC,�.r m _ w u u c L SE 252ntl PI w SE 252ntl St v SE 252ntl St ¢' �� Eadhnc�,t.- `src d PI SSE ¢ < y ¢ r SE 253rd St- y SE 252ntl PI l? to. o- PaA i i N £ 01 a _ ;o - Q F, o SE 253rds Improvement Plan or contact the E s ti d w SE 253rdPl Interim Transportation Planner Shival - - SE 254th PI a v 3 = SE 253rd PI v y 9 SE U N .� ¢ ^ ^ 3 ^ a u 254t/r S o D SE 255th St nSP 1 S a ¢ SE 254th PI SE25GtR3te m m m ^ IS 6E255 N Lal at slal@kentwa.gov. EP plr St n ?y t i G �\ o SE 2561h P1 N256� SE 256th5t SE 256lh St 0 qNm 1V oP SE 257Ih 51 N y St SE 256th PI w Q� \ y SE257th Ct v y Legend y N SE 258th St L y w SE 2591h St y y SE 257th PI m L a y SE 258th St m . u Ea sl ¢' S 25g SE 2591h St h G Ritlge w E L SE 259th S! SE 260th St � 'SE E SE 259th pl.. - m SE 259th PI SE 259ih^ Q, L - ` 6_ SE 260th PI ^ - SE 2601h SI ^ W SE 260lh St a G N i City Limits SE 261st St SE 261sts Y+ s o 1^ �.�� HD11� w 11 w ° SE 261st St q 1 S 262nd PI W. w _ \�,. ry65 y y 5E 261st PI a w W y �( y w _ - v m TIP Points in ya. N� .use rn oZt nth u SE 262nd St t311 SE 262nd St �+ 3 o a rn �r �O, mE 263rd St 'PI SE _ ^ o SE 262 00 SE 264th St SE 9 SF m SE 263rd PI m� _ SE 263rd St y y SE 264th PI y i,. ^SE 264th St y 4 SE Capacity & Intelligent Transportation Syster O a °o n m ^ �`'n� y w SE m 2641 K SE 264th St N 3 ¢� y Sp\ SE 265tr N64th PI hS! y ^art S M a w WE 265th St SE2 Maintenance N y m m ¢ WE 2661h St =� \\\� ^ u y �fh Sf ar s6 e • O _ w \� - < s - Multimodal Street N Tudor y SE266lhSt n SE 2671h St w ^ Square Lake Ate rb ian m r 4 y Park ar u < \�\ SE 266th PI Non-motorized Q oSE 268th St t ¢ SE 268th St \\\SE' ^ o ^ 3h S1 n' • J D < \ 26Sth S, G _SE 268th St w Z Safety SE 269th S1 NN` N ^ \� _ a Soos O O a �. reek P-1, w SE2761ns` w y w ^ ant o ## Project Number O SE 270th PI u - y n y 251h StLL Z $ m W SE - Nam- ^ SE 270` M1tP.7 a f N <SE 272nd Sty 271st St ,e_ N \_--- 4p7 m TIP Lines 77nd St SF ¢ SE 272nd PI a - si„1---.,i—_ -_--.-SE_27IPrd5�, _51 --- _-_._— _ C{• —.-=ME 27 a SE273rd P\ m y y Capacity & Intelligent Transportation Systems SE 274th SI > ar ^,W m y a SE 274th St' y m St ¢' SF? y SE 2741 yr m v N hp Maintenance La 1 y u - Springwootl 24 v SE•2� a ;4S a c H SE 276lh St t ^ ' ' = Multimodal Street 1 SE 276th St u Pak . WWI- y p - SE275th St y � O GWn Park 'l'F276th St SE 2751h PI 52n<I St NF \ m - SE 276th Pl N Z = - ^^' w 1�61hPI ¢ Non-motorized N t w Safety a 51sl SlN C Pree Green i SE 277th PI m m SE 277th PI ^ 501h SINE E m ' Park Vew v _ SE 2781h St ¢SE 278th St 6_ FmA SE 278th PI L 49lh StN d' Sm N - SE 278th Ply a ## Project Number H w w Ste 1q SE 279th,o •, t s y .. Green - v SE, , u River Park m S m 4 -SE29 .- st St f H Q SE 280th St SE 281 j SE 280th Subareas u W D ^ y SE 281 st St _ y e ry�1nd Way - L -- SE 281st St m � _ � SE281stPl 'hQ\ p East Hill - South n¢ ^ SE 282nd St SE2S2 nd yQ,tie�t - SE 284th St y SE 2831d PI w Q SE 284th St v This map is intended as a graphic aid only,and is not a legal document. Mary s 16 43rd CN tNt 431d St NE w Z w °?p' Oa Tn Ct a Cre,., ' a w285th SI SE 285th t m ¢' City Of Kent makes no representation or warranty as to its accuracy, nd PI C w placement or location of an ma features thereon. The City Of Kent 4 S 2 P Y P Y 2nd Ct,yE,m m 42nd St NE a ° a ° SE 286th St v SE 285 th PI RFt r w w saN-c u6^� disclaims,and shall not be held liable for any and all damage,loss,or ° rc a v y a cpmmeniry SE 287tn st w SE 286th PI •=h a Par H liability, whether direct,indirect,or consequential which arises or may a. t a e aq - from this product or use thereof by any person or entity. 7 SE 287th St ¢ SE 288th S f1 ' ^ y SF28901 St m w SE288th PI .,uu,,, SE 288th St - 4 Under 23 U.S. Code§148 and 23 U.S. Code§409,safety data,reports, SE 290th St ^ q �� ■ �� � y 6� surveys,schedules, lists compiled or collected for the purpose of identify SE 2901h PI r.I,���•� evaluating, or planning the safety enhancement of potential crash sites, hazardous roadway conditions, or railway-highway crossings are not sub,___ Niger Mobile Home Park & s County of King,Bureau of Land Management, Esri, H:RE,G in,GeoTeChnoogies_`Inc., Intermap;LNGA USGS to discovery or admitted into evidence in a Federal or State court ti Fe�v 0 0.25 0.5 Miles - =y ti"�c A92nd st' SL 2•z�,l S1 proceeding or considered for other purposes in any action for damages L l l SE 293rd St Berrydale arising from any occurrence at a location mention Packet P 146 SE reports,surveys,schedules,lists,or data. g• m r .,;. ,.; ^ ,;.,c S 230th5 rL f - L 9 ° N Kiddie b G 5119th5t s 230tn St m Figure 4 G a q m is o Q ti City Park N ■ tit > - w Et a - p a : VeteransDr � TIP Projects in the eS 5 2 Russell s 1 14 Woods S 23157N K S232ndSt N Park West Hill/ Midway u! Phi 1 S 233rd St S 232nd 5231s1P1 L N P �� °\Its S232nd5t Pt a S 231nd S 233rd Pl > o s y v 6 s �> S 233r(I 5I Subarea 234th PI '� S 234th St a a .i s 25 S 235th PI S 234th St �4 Gr Fark1e•v n \ \� t f 9v;5 2.55; I n h N Q v s a H Projects fall into five categories: S 236th PI ,Gfta S 236tnst ,© ;��r--t Capacity/ITS, Maintenance, Multimodi _ h a 1 �• h y N S roth p s @ S 23Gth St S 237th Ln m _ 1 =-- q v > > 23 A s. S 136th PI E > ¢ �a ak I'll a y237thSt Non-Motorized, and Safety. Kent is sp L ndnurk t i i ' P m �i ,'.,'•� S 237th pt CC L E `nf"' r Cedarbrook� Hn_Ihline �o ,y0�' y Green Rivcr 7rl tyaly D a �� into Subareas based on land use, °�"S�CeN �S2'97hs tQ � OS SI'll,hp1 P transportation network, and a Zenith _ 5 VAN S240thSt `III S239thSt topographic characteristics. For proje E of u: South Des N S 240th ttttt� , '�', a ¢ Moines > a Midway a v 1 9t{ I� ntnSt WJamesSt information, see the City of Kent ¢ u I in N y r a' L n r f• PI _N N a a N 'IS242nd� I -_ �� 2023-2028 Transportation ° > U u D a S24 a ` 7 ^' 1! z �3 Improvement Plan or contact the E a a N S 243rd St m ¢ N ¢ S 243rd St - usll a N N N r ' o � ,`y Q Park side A _ � Road Park � T`P/ro�'� S244thst N = = 1`I S2ati` Interim Transportation Planner Shival o 9�4 kith PI _ r V N S 244th St Sz „rtr,,.r, r,tr rWyc 48 � � ' 1 WSmrthCt Lal at slal@kentwa.gov. M d N �24Nth St 5 245th PI ry ? G a u v Parkside N ¢ Ri�erten�l 12 Legend to > > ELm Sc loot 25 - C. S 247th St y A t ¢ S 246th PI rn t' , w ��df„omrle.. C < > kAi, °' \,pd W Meeker 10 m w Sonju Park a ista Kent Amry v�„d, I , S 248tb� z - 1.1-.,,,r., rk Linda National ��� CityLimits Guard Armory i I y r" Park S 248th St 4s` 21 KEWT w.a..,.o-,a- r 49Ih St S .o� /. S 249[h S[ > 7 K N in ¢ St TIP Points Cl) N > S 50t1t 5l / �,., 5 2a9th 00 ¢S 251st St n S 250th Sf oki e N EL S S 257st Fishing / ryNa fir _ Kent d Moines2. N S, g es 251stPl r w S251stSt N FblePark Capacity & Intelligent Transportation Syster t� ~ S251stPl N ` - - Maintenance N ,` c.F. S.-u rh =o,.r. Ic.4a•:e S 252nd St > - , • C S 25 Q _ _ f S253rtlSt 2rr°,p7 ti = 7 j��, - -- S251stpl Multimodal Street N y > py-,,jr S 25,7�aSt r� S 253rd Sja��) • Non-motorized Z _, t S 2g4th p7 a S 254th St S 253rd PI a S 25 O Safety O c by S255thO y `P254thPl S254th5� m 3rdnl ## Project Number S 255th St z �' LL S 257th St S 256th St N o $ 5256th Stl Z a N rn I,t,_1 Ins � N > > :<.:- y a M �:e5t x TIP Lines S 258th St L a it ¢ Fenwick 257th St z r m N N N M 9 Park 5 Capacity & Intelligent Transportation Systems N F �o� L S259th`'l 22 5 a 2syth�� Maintenance a �t S26oth ��2- Multimodal Street 00 5260th Ln S 260th St N w v V) Non-motorized M a S 261 st PI ¢ > Fe-rz.�e 6. N s 261st St a S Safety '^ S261stPl c F:irt. i S263rdSt S262ntlPi zt2 F.nl N 5262ndStN Project Number Q o > Lake S 264th St °nt pc`' S 263rd PI N N S 263ta5t ���52G2nd PI Fenx•ic C dm S 2G4th St Subareas E s 264na of � 3 �� Somerset Kent b`!•xdmont S265lhSt > .6q `n O�, �, 0 West Hill/Midway Efem ^ ? 7 N r school (n m 19 GoF Hampton Way E Pv, Gl-nn ➢ P�Ava u` ' This map is intended as a graphic aid only,and is not a legal document. o Wood moot t - a 2` C m Park -r m N Pie l;on P O amat)y 7y City Of Kent makes no representation or warranty as to its accuracy, S 268th St Park -' placement or location of any map features thereon. The City Of Kent S 268th St 25 m disclaims,and shall not be held liable for any and all damage,loss,or m _a oarnany s, liability, whether direct,indirect,or consequential which arises or may a, v, = o 270th from this product or use thereof by any person or entity. > V! N V p N v a' a' F• r, sloth s� z = S 270u,St c P s s� Under 23 U.S. Code§148 and 23 U.S. Code§409,safety data,reports, a> o° surveys,schedules,lists compiled or collected for the purpose of identify c "6 ,r.cf � 5 2715, u N£ _n yA y� evaluating,or planning the safety enhancement of potential crash sites, St ....� a a p, J, " hazardous roadway conditions,or railway-highway crossings are not subj I S 272nd St " County of King;E ureau of Land=M nagement, Esr,,'HERE,Garmin,GeoTechnologies, Inc., NGA,USGS to discovery or admitted into evidence in a Federal or State court 0.25 GA6 M eS r ak y proceeding or considered for other purposes in an m v ti 0 y. N r arising from any occurrence at a location mention 0 I s a reports,surveys,schedules,lists,or data. Packet Pg. 147 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #1: Russell Road Pedestrian Improvements Phase 2 - 700 feet north of W Meeker Street to existing sidewalk 500 feet south of S 240t" Street YEAR: 2022 L DESCRIPTION: A continuous pedestrian facility will be constructed along Russell o Road from 700 feet north of W Meeker Street to the existing a sidewalk 500 feet south of South 2401" Street/James Street, a total of 900 feet of new sidewalk. Sidewalk treatments will include E a� a combination of asphalt path, concrete sidewalk, and curb 0 separated sidewalk within the existing right-of-way. PROJECT COST: Preliminary Engineering ............... $118,000 .0 Right of Way Acquisition ................ $54,000 0 a Construction ............................. $433,000 0 TOTAL $605,000 L Secured Funding............................. $605,000 0 FUNDING SOURCE(S): City of Kent (Business and Occupation Tax, Transportation Impact N Fees), Transportation Improvement Board (TIB) N M N PROJECT N JUSTIFICATION: Russell Road is currently classified as a major collector in the J federal functional classification system. The roadway has a 2019 0 Average Daily Traffic count of 6,800. Russell Road connects major o destinations including Hogan Park, Kent Public Works Operations Z Shops, Kent Parks Maintenance Shops, the Green River Trail, and Iq the Kent Valley Ice Centre. r M d H 00 N M N L E V Y Q CITY OF KENT 1 Packet Pg. 148 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #2: Transportation Master Plan YEAR: 2022 (Started in 2019) DESCRIPTION: Major update to the Transportation Master Plan (TMP) including near-term and long-range planning for the City's multimodal 2- transportation network needs. The project will require assistance 0- from consultants. Project elements include transportation goals a development; an outreach strategy; evaluation of multimodal level of service; transportation model development; public and stakeholder outreach; the base, near-term and forecast 'o transportation model; project development; transportation �- performance measures to prioritize projects; financial plan E development; performance metrics to track progress on the adopted goals; the TMP document; a concurrency management program; and an updated transportation impact fee program. The 0. updated TMP will include all transportation modes. The TMP was adopted in 2020. There is additional TMP work to support the City's 2024 Comprehensive Plan update. PROJECT COST: Consultant................................. $830,00000 in In-House Staff............................ $110,000 N 0 TOTAL......................................$940,000 M N Secured Funding......................... $940,000 N N FUNDING J J Z SOURCE(S): City of Kent (General Fund, Business and Occupation Tax) 0 0 LL PROJECT Z JUSTIFICATION: The Kent TMP, as incorporated into the City's Comprehensive Plan, is the City's blueprint for long-range transportation planning M in Kent. The City's Comprehensive Plan was approved by the a Puget Sound Regional Council in 2015. This update will include a multi-year transportation financing plan. The TMP will also N consider subarea and functional plans adopted since 2008 and N newly funded major corridors serving Kent: L • Plans: Midway Subarea Plan, Downtown Subarea Action Plan, Rally the Valley, Let's Go Kent, Park & Open Space Plan (2016) E • Projects: Federal Way Link Extension, SR 509 extension, a SR 167 improvements CITY OF KENT 2 Packet Pg. 149 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #3: 76t" Avenue S (North Phase) — S 212th Street to 1,000 feet south of S 212t" Street YEAR: 2022 E DESCRIPTION: Construct drainage and road improvements on 76t" Avenue S from S 212t" Street to 1,000 feet south of S 212t" Street. The o project will raise the existing road above the FEMA base flood a elevation with a full width concrete roadway, construct new storm and water systems, concrete gutters and curbs, planters, sidewalks, street lighting and channelization. L 0- PROJECT COST: PreliminaryEn 220000 E Engineering 9 ..................$ , c Right of Way Acquisition .................$130,000 Construction ...............................$3,650,000 0 a TOTAL ..................................... $4,000,000 L Secured Funding ......................$4,000,000 ~ as EXTERNAL x FUNDING: Surface Transportation Program (2021) ......$3,480,000 (n 00 TOTAL...................................................$3,480,000 0 N FUNDING N SOURCE(S): City of Kent (Business and Occupation Tax, Storm Drainage Utility N Fund), Developer Mitigation, Puget Sound Regional Council J Grants (Federal Surface Transportation Program), Transportation Z Improvement Board p U_ z PROJECT JUSTIFICATION: 761" Avenue S floods several times per year, resulting in road r closures. The roadway is in the heart of the City's Industrial zoning area and has significant heavy truck traffic. Large a industrial and manufacturing companies and a large solid waste 00 company that serves several adjacent jurisdictions are located M in the immediate vicinity of the project. Road closures N negatively impact these businesses and create congestion in other parts of the City because of traffic detours around the closure. Improving the road to current standards will also improve traffic flow on 76t" Avenue S. E a CITY OF KENT 3 Packet Pg. 150 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #4: S 212t" Street — Green River Bridge (West) to Orillia Road S/City Limits YEAR: 2022 E DESCRIPTION: The S 2121" Street project includes grinding, replacement of L failing pavement sections and a full-width asphalt concrete o pavement overlay of the entire roadway from the Green River a Bridge to Orillia Road S. Curb ramps will be upgraded as required E to meet ADA standards. 0 L PROJECT COST: Preliminary Engineering ............... $140,000 E Right of Way Acquisition ........................ $0 r_ 0 Construction ...........................$1,700,000 f° 0 TOTAL $1,840,000 �-................................... c Secured Funding...............................$1,840,000 EXTERNAL FUNDING: Surface Transportation Program (2020) ....$1,500,000 x TOTAL................................................$1,500,000 in 00 FUNDING o SOURCE(S): Federal Surface Transportation Program, City of Kent Business N and Occupation Tax N PROJECT Z JUSTIFICATION: This project is located within the Kent MIC. The Kent MIC located o between the ports of Seattle and Tacoma supports significant o regional growth and development, with one of the highest Z concentrations of jobs in the region. The road surface is heavily impacted by the high percentage of heavy vehicle traffic. An M overlay is necessary to prevent further costly damage that may a require more extensive reconstruction of the roadway to this i= critical multimodal freight, bus, pedestrian and commuter N corridor. N L E V Y Q CITY OF KENT 4 Packet Pg. 151 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #5: S 240t" Street Sidewalks from Russell Road to Lakeside Boulevard E YEAR: 2023 E DESCRIPTION: Construct continuous pedestrian facility along the south side of S 2- 240th Street between Russell Road and Lakeside Boulevard E. 0- Sidewalk treatments will include concrete sidewalk, and curb a separated sidewalk within the existing right-of-way. a E a� PROJECT COST: Preliminary Engineering ................. $35,825 0 Right of Way Acquisition ........................ $0 E E Construction ............................. $394,075 0 TOTAL ......................................... $429,900 0 Secured Funding......................... $429,900 a 0 EXTERNAL L FUNDING: Transportation Improvement Board $312,000 TOTAL.........................................$312,000 x in FUNDING N SOURCE(S): City of Kent (Business and Occupation Tax, Transportation Impact N Fees), WSDOT Pedestrian and Bicycle Program, Transportation N Improvement Board. N J PROJECT z JUSTIFICATION: Russell Road/S 2401, ST is currently classified as a major 0 collector in the federal functional classification system. The Z roadway has a 2019 ADT of 6,800. Russell Road and S 2401, Street connects major destinations including Hogan Park, Kent r Public Works Operations Shops, Kent Parks Maintenance Shops, the Green River Trail, and the Kent Valley Ice Centre. a 00 N M N L E V Y Q CITY OF KENT 5 Packet Pg. 152 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #6: Russell Road Pedestrian Improvements Phase 1 - Meeker Street to Hogan Park YEAR: 2023 E DESCRIPTION: A continuous pedestrian facility will be constructed along Russell 2- Road from Meeker Street to 700 feet north of Meeker Street. o Sidewalk treatments will include a combination of asphalt path, a concrete sidewalk, and curb separated sidewalk within the a existing right-of-way. 0 PROJECT COST: Preliminary Engineering ................. $80,000 0- E Right of Way Acquisition ........................ $0 0 Construction...........................................$670,000 TOTAL $750,000 0 c Secured Funding............................. $750,000 ;a L EXTERNAL x FUNDING: TIB Complete Streets...... $750,000 00 TOTAL........................................$750,000 N 0 N FUNDING N 0 SOURCE(S): City of Kent (Business and Occupation Tax, Transportation Impact N Fees), TIB Complete Streets Program, z 0 PROJECT 0 JUSTIFICATION: Russell Road is currently classified as a major collector in the z federal functional classification system. The roadway has a 2019 ADT of 6,800. Russell Road connects major destinations including r Hogan Park, Kent Public Works Operations Shops, Kent Parks Maintenance Shops, the Green River Trail, and the Kent Valley a Ice Centre. o N M N L E V Y Q CITY OF KENT 6 Packet Pg. 153 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #7: Auburn to Renton RapidRide Access Improvements YEAR: 2023 (Preliminary Engineering started in 2019) DESCRIPTION: This is a King County Metro transit project to upgrade passenger facilities and increase access to transit within Kent along the new a- RapidRide I corridor expected to open in 2025. Improved o pedestrian and bicycle facilities, shelter improvements, real time a arrival information, lighting, off-board payment kiosks, and other a transit facility improvements will increase safety and comfort for transit users, induce transit ridership, and improve transit speeds L throughout the City and other jurisdictions along the route. The E new RapidRide corridor will run north-south along Central Avenue E from Auburn to the Kent Transit Center, connect to the East Hill area, and then north-south along the Benson Highway (State Route 515) corridor to Renton. Over seven miles of the corridor 0. are within the City. Design began in 2019, and construction is planned for 2024 and 2025. L PROJECT COST: Preliminary Engineering .............$1,650,000 x Equipment...............................$1,520,000 �n 00 Construction ............................$7,510,000 0 N TOTAL.................................$10,680,000 N 0 Secured................................. ........ $10,680,000 N J EXTERNAL Z FUNDING: Regional Mobility Grant..............$8,000,000 0 0 U_ King County Metro ....................$2,680,000 z Total Secured......................$10,680,000 r FUNDING SOURCE(S): WSDOT Regional Mobility Grant, King County Metro a i= 00 N PROJECT M JUSTIFICATION: Current frequent service along this corridor includes route 180 (Southeast Auburn to Kent Station to Sea-Tac Airport to Burien Transit o Center) and route 169 (Kent Station to Renton Transit Center). The corridor currently has 31 northbound and 29 southbound transit stops E serving these two routes. This corridor currently has deficiencies in bus stop facilities as well as areas with poor pedestrian and bicycle access to transit. All bus zones identified for RapidRide service will require a upgraded facilities (e.g., new RapidRide shelters and amenities) to align with King County Metro's RapidRide branding and standards. The City will work with King County Metro to identify bus zone locations for improvements. CITY OF KENT 7 Packet Pg. 154 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #8: Four Rectangular Rapid Flashing Beacons (RRFBs) at 104t" Avenue SE south of SE 256t" Street, SE 240t" Street east of 104t" Avenue SE, Central Avenue N between Novak Lane and Woodford Avenue N, and Central Avenue N between Woodford Avenue N and E George Street L YEAR: 2023 0 IL DESCRIPTION: Construct four RRFBs at 1041" Avenue SE south of SE 256t" Street, SE 240t" Street east of 104t" Avenue SE, Central Avenue N between Novak Lane and Woodford Avenue N, and Central 0 Avenue N between Woodford Avenue N and E George Street. a E PROJECT COST: Preliminary Engineering ............... $269,000 .0 2 Right of Way Acquisition ........................ $0 L 0 a Construction ............................. $986,000 TOTAL $1,255,000 Secured Funding.......................$1,255,000 EXTERNAL 00 FUNDING: WSDOT Pedestrian and Bicycle Program ....... $1,163,588 N 0 N TOTAL......................................................$1,163,588 M N O N FUNDING J SOURCE(S): WSDOT Pedestrian and Bicycle Program, City of Kent (Business z 0 and Occupation Tax, Transportation Impact Fees) 0 a_ z PROJECT JUSTIFICATION: These midblock arterial pedestrian crossing locations were identified in the Local Road Safety Plan as areas where improved arterial pedestrian crossings could be installed to serve pedestrian a crossing demand for transit access and commercial activity and co address pedestrian and bicycle crashes. M N R i r C E t V R Q CITY OF KENT 8 Packet Pg. 155 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #9: Local Road Safety Plan — 2020 Highway Safety Improvement Program (HSIP) Award YEAR: 2023 E DESCRIPTION: Construct a compact roundabout at 108t" Avenue SE and SE 2641" Street and three road diets. The road diets are located on S 2601" o Street/S 259t" Place from Pacific Highway S (SR 99) to Military a Road S; on Meeker Street, Lincoln Avenue N, and W Smith Street from Washington Avenue to 41" Avenue N; and on 41" Avenue N from S 228t" Street to W James Street. All three road diet projects 0 will have a single travel lane in each direction, a two-way left- E turn lane, and a bike lane in each direction. o PROJECT COST: Preliminary Engineering ............... $275,000 0 Right of Way Acquisition ........................ $0 �- Construction ...........................$1,525,000 TOTAL $1,800,000 Secured Funding.......................$1,800,000 x �n EXTERNAL N FUNDING: Highway Safety Improvement Program (2020) ......$1,620,000 N M TOTAL.............................................................$1,620,000 0 N J FUNDING Z SOURCE(S): WSDOT City Safety Program (Federal Highway Safety o Improvement Program), City of Kent (Business and Occupation Z Tax, Transportation Impact Fees) PROJECT JUSTIFICATION: This project will implement roundabout and road diet projects a recommended in the Local Roadway Safety Plan as prioritized by � the WSDOT through the Highway Safety Improvement Program M (HSIP). The compact roundabout will address the crash history N at the intersection of 108 Avenue SE and SE 264 Street and provide a calming effect to the 108 Avenue SE corridor. The road diets reduce conflict points, provide bike facilities on planned bike routes, and improve the overall safety of the E roadway. a CITY OF KENT 9 Packet Pg. 156 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #10: Meeker Street and 64th Avenue S - Intersection Improvements YEAR: 2023 E DESCRIPTION: Intersection reconstruction, curb bulb-outs and bus bulb-outs to 2- decrease the pedestrian crossing distance and decrease transit 0- board time. The project includes bus stop improvements on the a north and south side of W Meeker Street east of 6411 Avenue S, and signal improvements including transit signal priority. E 0 PROJECT COST: Preliminary Engineering ............... $291,000 0- E Right of Way Acquisition ........................ $0 0 Construction ...........................$2,325,000 TOTAL $2,616,000 c Secured Funding...................................$274,000 EXTERNAL FUNDING: Surface Transportation Program (2021) ...$274,000 x TOTAL................................................$274,000 00 N O N FUNDING C14 SOURCE(S): Puget Sound Regional Council Grants (Federal Surface N Transportation Program), City of Kent (Business and Occupation J Tax) z O O PROJECT Z JUSTIFICATION: The project is intended to make the intersection safer by reducing westbound through lanes from two to one, so people r driving vehicles merge before the intersection rather than merging after getting through. The curb bulbs will also help a make a more comfortable experience for pedestrians crossing 00 the intersection, which fits the overall Meet Me on Meeker vision M for the corridor. The project supports visitors to local N businesses, students at Kent Elementary School, nearby residents, seniors and commuters. The project supports and originates from the Economic Development Plan, adopted by City Council—particularly the strategies to beautify Kent E streetscapes and strengthen sense of place by designating and improving key gateways into Kent. a CITY OF KENT 10 Packet Pg. 157 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #11: Reith Road — Compact Roundabouts and Road Diet YEAR: 2023 DESCRIPTION: Convert the intersections of Reith Road/S 253rd Street and Reith Road/Lake Fenwick Road from two-way stop control to compact 2- roundabouts. Convert Reith Road from S 253rd Street and Kent- o Des Moines Road from 4 lanes to 2 lanes plus bike lanes. a a� PROJECT COST: Preliminary Engineering ............... $208,000 E Right of Way Acquisition ........................ $0 ° 0- Construction ...........................$2,285,000 E c TOTAL $2,493,000 ° Secured Funding.......................$2,493,000 0 0 a c ° EXTERNAL L FUNDING: TIB Urban Arterials (2021) .......... $1,595,000 TOTAL........................................$1,595,000 x in 00 N FUNDING N SOURCE(S): City of Kent (Business and Occupation Tax, Transportation Impact N Fees), Transportation Improvement Board N J PROJECT z JUSTIFICATION: This project combines multiple countermeasures identified in the p Local Road Safety Plan which address multiple serious crashes in Z the corridor. The roundabouts would have a calming effect on the Iq arterial roadway and provide safe pedestrian crossings to serve r the transit stops at each intersection. These crossings address the serious pedestrian crashes that have occurred near the Lake Fenwick Rd intersection and improve safety for all transit users. N The Reith Rd corridor is also identified as a Bicycle Level of Traffic N Stress (LTS) 1 corridor in the Transportation Master Plan. L E V Y Q CITY OF KENT 11 Packet Pg. 158 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #12: Meeker Frontage Improvement at Kent Elementary School YEAR: 2023 E DESCRIPTION: Construct new two-way separated bike lane on the south side of 2- the street with on-street parking and roadway median o improvements from 64t" Avenue South to 750 feet east of 64t" a Avenue S. The project will narrow the roadway to 3 lanes with parking on both sides and include construction of raised median islands, raised buffer islands between the bike lanes and travel 0 lanes, street lighting, landscaping, and pedestrian amenities. E PROJECT COST: Preliminary Engineering 173 000 .0 Right of Way Acquisition ........................ $0 0 a Construction ...........................$1,773,000 0 TOTAL $1,906,000 Secured Funding......................... $600,000 0 FUNDING SOURCE(S): City of Kent (Economic and Community Development N Placemaking Fund, Business and Occupation Tax, Transportation N Impact Fees), Puget Sound Regional Council Grants N (Transportation Alternatives Program, Non-Motorized Set-aside) N J PROJECT Z JUSTIFICATION: Private development at 641" Avenue S and Meeker Street will O construct the Meet Me on Meeker promenade along Z approximately 1,000 feet of property frontage west of the intersection. This project provides approximately 750 feet of r separated two-way bike lane connection and on-street parking between 641" Avenue S and 750 feet east of 641" Avenue S. The project is in front of two businesses and Kent Elementary School. N This project will improve the comfort and safety of active N transportation users as well as aesthetics and economic development along this important commercial corridor. o c a� E a CITY OF KENT 12 Packet Pg. 159 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #13: New Traffic Signal on Washington Avenue S (SR 181) between W Meeker Street and Kent-Des Moines Road (SR 516) YEAR: 2023 L DESCRIPTION: Install new traffic signal on Washington Avenue S between Kent- o Des Moines Road (SR 516) and Meeker Street to serve the a existing commercial area on the east side and the redevelopment of the commercial site on the west side of Washington Avenue S. The signal will be coordinated with the existing signals on 0 Washington Avenue. 0- E PROJECT COST: Preliminary Engineering ............... $212,000 0 0 c� Right of Way Acquisition ........................ $0 0 a Construction ...........................$2,120,000 0 TOTAL $2,332,000 L Secured Funding................................... $0 0 FUNDING SOURCE(S): Developer, City of Kent (Transportation Impact Fees), LID. N 0 N PROJECT N JUSTIFICATION: Current access management on the corridor prevents direct left- N turns into the existing commercial site on the east side and the J redeveloping commercial site on the west side of Washington z 0 Avenue S. Traffic demand from the proposed development would 0 overwhelm the U-turn capacity of the traffic signals at Meeker z Street and Willis Street. This project will provide safe and direct access to a re-developing commercial site and improve access to M an existing commercial area while preserving access a management along the corridor. 00 N M N L E V Y Q CITY OF KENT 13 Packet Pg. 160 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #14: Veterans Drive Extension - Military Road to I-5 Southbound Off-ramp YEAR: 2023 E DESCRIPTION: Complete a missing link by constructing a new roadway from a- Military Road to the I-5 Southbound off-ramp, including an o intersection with the northbound on-ramp to I-5 and an a undercrossing of I-5. The project will include the construction of a full width paving, concrete curbs, gutters, sidewalks, pedestrian pathway, street lighting, storm drainage, landscaping, utilities 'o and appurtenances. E PROJECT COST: Preliminary Engineering.................. $2,765,000 .o Right of Way Acquisition...............$10,270,000 0 a Construction................................... $38,585,000 L TOTAL.................................. $51,620,000 L Secured Funding............................$47,104,000 FUNDING SOURCE(S): Connecting Washington Account (State), City of Kent, N Transportation Improvement Board, Puget Sound Regional N Council Grants (Federal Surface Transportation Program) N 0 N PROJECT J JUSTIFICATION: This project will improve the connection between the Sea-Tac o International Airport, the Port of Seattle, and the Kent o Manufacturing Industrial Center (MIC). This project reduces traffic Z congestion on local roads and highways by completing a direct connection between Seattle and the Kent Valley. The project will redistribute traffic away from SR 516, improving operations of the interchange. a 00 N M N L E V Y Q CITY OF KENT 14 Packet Pg. 161 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #15: E Valley Highway Pavement Preservation - S 196th Street to S 212t" Street YEAR: 2023 E DESCRIPTION: The E Valley Highway project includes grinding, replacement of 2- failing pavement sections, and a full-width asphalt concrete o pavement overlay of the entire roadway from S 1961" Street to S a 2121" Street. Remove failing asphalt pavement and replace it with Portland cement concrete pavement. Curb ramps and pedestrian E push buttons will be upgraded as required to meet ADA L standards. This project will also remove failing asphalt pavement and replace it with Portland cement concrete pavement in E approach to the intersection. aPROJECT COST: Preliminary Engineering ............... $318,000 Right of Way Acquisition ........................ $0 c L Construction ...........................$3,959,000 L as TOTAL...................................$4,277,000 X Secured Funding................................... $0 00 N FUNDING N SOURCE(S): Puget Sound Regional Council Grants (Surface Transportation N Program), City of Kent (Business and Occupation Tax) N J PROJECT z 3USTIFICATION:This project is located within the Kent MIC. The road surface is o heavily impacted by the high percentage of heavy vehicle traffic. Z Overlay is necessary to prevent further costly damage that may Iq require more extensive reconstruction of the roadway to this critical multimodal freight, bus, pedestrian, and commuter corridor. a i= 00 N M N L E V Y Q CITY OF KENT 15 Packet Pg. 162 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #16: 132"d Avenue SE Pedestrian Improvements (Phase 3) — SE Kent-Kangley Road to SE 278t" Place YEAR: 2023 E DESCRIPTION: Construct a sidewalk along the west side of 132nd Avenue SE where sidewalk does not currently exist. This project will include o ADA-compliant curb ramps throughout the segment and a pavement improvements at the intersection of SE 278t" Place and 132nd Avenue SE. 0 PROJECT COST: Preliminary Engineering ................. $58,940 0- E Right of Way Acquisition ........................ $0 0 Construction ............................. $350,000 TOTAL $408,940 0 c Secured Funding.....................................$58,940 EXTERNAL FUNDING: King County Metro .................................$58,940 x TOTAL..........................................$58,940 00 N FUNDING N SOURCE(S): City of Kent (Business and Occupation Tax, Transportation N Impact Fees), King County Metro, Transportation Improvement N Board (TIB), WSDOT Pedestrian and Bicycle Program J z PROJECT O 0 JUSTIFICATION: 132nd Avenue SE is designated as a minor arterial roadway, with z 3 vehicle lanes, bicycle lanes, sidewalks and landscaping planned at build-out. This roadway has been widened at various locations r based on development of adjacent parcels. Due to budgetary constraints this roadway will not be completed in the near term; a however, the desire to improve pedestrian access necessitates 00 moving ahead with the sidewalk. M N L E V Y Q CITY OF KENT 16 Packet Pg. 163 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #17: 761" Avenue S (South Phase) — 2,600 Feet South of S 212t" Street to 3,660 Feet South of S 212t" Street YEAR: 2023 E DESCRIPTION: Construct drainage and road improvements on 76t" Avenue S from S 220t" Street to S 223rd Street. The project will raise the o existing road above the FEMA base flood elevation with a full a width concrete roadway, remove deficient culverts, construct 3 bridges, widen the Mill Creek channel, construct new storm and water systems, gutters, curbs, planter strips, sidewalks, street L lighting, and channelization. PROJECT COST: Preliminary Engineering .............$1,570,000 0 2 Right of Way Acquisition ............$2,330,000 0 a Construction ......................... $10,600,000 TOTAL $14,500,000 Secured Funding.......................$3,000,000 EXTERNAL 00 FUNDING: Washington State Department of Commerce....$3,000,000 N 0 N TOTAL.......................................................$3,000,000 M N FUNDING N SOURCE(S): Washington State Department of Commerce, City of Kent J (Business and Occupation Tax, Storm Drainage Utility Fund), Z 0 Developer Mitigation. 0 PROJECT Z JUSTIFICATION: 76t" Avenue S floods several times per year due to a deficient creek channel, resulting in road closures. The roadway is in the heart of the City's Industrial zoning area and has significant heavy truck traffic. Large industrial and manufacturing companies and a a large solid waste company that serves several adjacent co jurisdictions are in the immediate vicinity of the project. Road M closures negatively impact these businesses and create N congestion in other parts of the City as a result of traffic detours o around the closure. Improving the road to current standards will r also improve traffic flow on 76th Avenue South. E a CITY OF KENT 17 Packet Pg. 164 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #18: Local Road Safety Plan — 2023 Highway Safety Improvement Program YEAR: 2023 E DESCRIPTION: Make various safety improvements in a single location each year a� to enhance safety for all road users and make various safety o improvements systemically throughout the City each year to a enhance safety for all road users. Apply safety countermeasures E identified in the Local Road Safety Plan in a single prioritized location with multiple risk factors (Spot Location Improvements) ° and/or in multiple prioritized locations with similar risk factors E (Systemic Improvements). o PROJECT COST: Preliminary Engineering ............... $112,000 2 L 0 Right of Way Acquisition ................ $64,000 Construction ............................. $742,000 TOTAL $918,000 Secured Funding................................... $0 x in FUNDING N SOURCE(S): Puget Sound Regional Council Grants (Federal Surface N Transportation Program), City of Kent (Business and Occupation N Tax, Transportation Impact Fees), Washington State Department N of Transportation Local Programs, Transportation Improvement J Board, Highway Safety Improvement Program and Hazard o Elimination Program o a_ z PROJECT JUSTIFICATION: This project will implement the recommendations of the Local Roadway Safety Plan by installing safety countermeasures and improvements in a single prioritized spot location and/or a_ systemically in multiple prioritized locations with similar risk P: co factors. N M N R i r C s= t V R Q CITY OF KENT 18 Packet Pg. 165 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #19: BNSF Railway Company Railroad Quiet Zone YEAR: 2024 DESCRIPTION: Establish a railroad quiet zone for the BNSF Railway Company mainline tracks through the City. The grade crossings to be a- included in the quiet zone are: S 259t" Street, E Willis Street (SR o 516), E Titus Street, E Gowe Street, E Meeker Street, E Smith a Street, E James Street, and S 212' Street. The project began in a 2018. 0 PROJECT COST: Preliminary Engineering ............... $144,000 E Right of Way Acquisition ................ $52,000 0 Construction ...........................$1,860,000 TOTAL $2,056,000 c Secured Funding.......................$1,938,000 FUNDING SOURCE(S): City of Kent (Business and Occupation Tax), Washington Utilities 25 and Transportation Commission 00 N PROJECT N JUSTIFICATION: Locomotive engineers begin sounding the train-mounted horn N approximately one quarter mile from an at-grade N highway/railroad crossing. Train horns are an effective warning J of a train approaching grade crossings, but they expose the local o community to significant noise. Reducing that noise through a o quiet zone will improve the quality of life for those living and Z working closest to the railroad facilities and could eliminate a Iq barrier to attracting new businesses and residents. r M d H 00 N M N L E V Y Q CITY OF KENT 19 Packet Pg. 166 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #20: Union Pacific Railroad Quiet Zone YEAR: 2024 DESCRIPTION: Establish a railroad quiet zone for the Union Pacific Railroad (UPRR) mainline tracks through the City. The grade crossings a- included in the quiet zone are Willis Street (SR 516), W Meeker o Street, W Smith Street, W James Street and S 2121" Street. The a project began in 2018. E a� PROJECT COST: Preliminary Engineering ................. $91,000 0 L Right of Way Acquisition ................ $33,000 E E Construction ...........................$1,162,000 0 TOTAL $1,286,000................................... o Secured Funding.......................$1,212,000 FUNDING SOURCE(S): City of Kent (Business and Occupation Tax), Washington Utilities and Transportation Commission x PROJECT N JUSTIFICATION: Locomotive engineers begin sounding the train-mounted horn N approximately one quarter mile from an at-grade N highway/railroad crossing. Train horns are an effective warning N of a train approaching grade crossings, but they expose the local J community to significant noise. Reducing that noise through a o quiet zone will improve the quality of life for those living and o working closest to the railroad facilities and could eliminate a Z barrier to attracting new businesses and residents. Iq r M d H 00 N M N L E V Y Q CITY OF KENT 20 Packet Pg. 167 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #21: Meeker Street Green River Bridge Rehabilitation YEAR: 2024 DESCRIPTION: Replace the existing finger expansion joints and bearing pads, deck resurfacing, and bridge repainting. 2- 0)L PROJECT COST: Preliminary Engineering ............... $850,000 a c Right of Way Acquisition ........................ $0 E 0 Construction ...........................$5,202,000 0 L TOTAL $6,052,000 E ................................... Secured Funding.......................$6,052,000 ` 0 c� EXTERNAL a FUNDING: Federal Highway Bridge Program (2021)$4,484,320 L TOTAL..............................................$4,484,320 L 0 as x FUNDING 00 SOURCE(S): City of Kent (Business and Occupation Tax, General Fund), o WSDOT Local Bridge Program M N O PROJECT N JUSTIFICATION: The Meeker Street bridge over the Green River is a steel stringer Z bridge (Warren Truss Frame). Meeker Street is part of the old SR 0 516, a major corridor linking I-5 and SR 167. The Meeker Street o Bridge has stringer supports with attached existing city utilities z (METRO 24" sanitary sewer trunk line and a City of Kent 12" water main and other outside utilities) below the roadway decking that M services the residents on the west hill of the City of Kent. Just west of the bridge, the average daily traffic (ADT) is 18,900 with 4% trucks and an annual gross tonnage of just under 2 million. N The annual gross tonnage makes the roadway a T-3 freight route N on the WSDOT Freight and Goods Transportation System. L The bridge has severe paint scaling with 70% of top chords of the trusses peeled to the primer, as well as bottom trusses and a� vertical hangers. Pack rust is visible. The bridge deck has severe exposed short transverse rebar with spalls concentrated in both eastbound and westbound lanes. The worst area is in the a southern lane. The lanes have about 50-55 percent exposed transverse re-bar on the bridge decking. Due to aging of the bridge, the existing finger expansion joints need to be replaced, including the reinsert and glue bearing pads. CITY OF KENT 21 Packet Pg. 168 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #22: Military Road at Reith Road/S 260t" Street Intersection Improvements YEAR: 2024 E DESCRIPTION: Realign the intersection and widen the approaches to provide 2- 0)and westbound left turn pockets and a westbound right 0- turn pocket. a a� PROJECT COST: Preliminary Engineering ............... $938,000 E Right of Way Acquisition ........................ $0 ° 0- Construction ...........................$9,374,000 E c TOTAL $10,312,000 ° Secured Funding................................... $0 0 0 a FUNDING ° SOURCE(S): Puget Sound Regional Council Grants (Federal Surface Transportation Program), City of Kent (Business and Occupation Tax, Transportation Impact Fees), Congestion Mitigation Air Quality, Washington State Department of Transportation Local U) Programs, Transportation Improvement Board. N 0 N PROJECT N JUSTIFICATION: The existing streets intersect at a sharp angle. Westbound Reith N Road and eastbound S 2601" Street do not have separate left turn J pockets requiring the traffic signal to serve eastbound and z 0 westbound traffic separately. This is a very inefficient operation. 0 Realigning the intersecting streets to a lower intersecting angle z and including eastbound and westbound left turn pockets will allow the signal to operate more efficiently. In addition, adding M a westbound right turn pocket will improve intersection a operations by allowing the heavy turning movement to occur independent of the traffic signal. N M N L E V Y Q CITY OF KENT 22 Packet Pg. 169 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #23: S 218t" Street/98t" Avenue S - 94th Place S to 99t" Avenue S YEAR: 2024 E DESCRIPTION: Construct a three-lane roadway from 941" Place S to S 2161" Street. This project widens S 216t" Street/98t" Avenue S to three o lanes and includes full-width paving; concrete curbs, gutters, and a sidewalks; five-foot paved shoulders; street lighting; storm drainage; landscaping; utilities and channelization. This project must be assessed with respect to the "complete streets" 'o requirements. °- E PROJECT COST: Preliminary Engineering .............$1,173,000 .o Right of Way Acquisition ............$1,263,000 0 a Construction ...........................$9,113,000 TOTAL $11,549,000 Secured Funding..................... $11,549,000 x 00 EXTERNAL o FUNDING: Surface Transportation Program (2024) ......$4,915,680 M Move Ahead Washington (2022).....................$5,969,700 N TOTAL.................................................$10,885,380 J z O O FUNDING U_ z SOURCE(S): City of Kent (Business and Occupation Tax, Drainage Fund, Local Improvement District, Special Assessments, Transportation Impact Fee), Developer Mitigation, Transportation Improvement Board, Puget Sound Regional Council Grants (Federal Surface a Transportation Program) P: 00 N PROJECT N JUSTIFICATION: The existing transportation network cannot accommodate the current or forecast east-west traffic volumes between Kent's East Hill and the Kent Valley. To meet transportation concurrency requirements of the Growth Management Act, additional east- E west vehicle capacity is required. Intersections along S 208th/212th Street and James/SE 240t" Streets are at or over a capacity. Because of existing development and topographic constraints, it is not feasible to widen the James/SE 240t" Street and S 208t"/212t" Street corridors enough to provide the additional east-west capacity needed to accommodate forecast traffic volumes. CITY OF KENT 23 Packet Pg. 170 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #24: Naden Avenue and Willis Street Intersection Improvements YEAR: 2024 (Preliminary Engineering started in 2017) E DESCRIPTION: Build a right-in/right-out intersection on Willis Street (SR 516) at Naden Avenue consistent with Washington State Department of o Transportation approval. Reconfigure the northbound 74th Avenue a S to right-turn only at Willis Street. Reconstruct the traffic control a signal. 0 PROJECT COST: Preliminary Engineering ............... $273,000 a E Right of Way Acquisition .............. $251,000 0 Construction ...........................$2,276,000 2 L TOTAL $2,800,000 c Secured Funding............ .............$2,800,000 L EXTERNAL X FUNDING: American Rescue Plan Act (2021)...$2,800,000 in 00 TOTAL........................................$2,800,000 0 N M N FUNDING N SOURCE(S): City of Kent (Developer Mitigation, General Fund, Local J Improvement District, Economic and Community Development z Placemaking Fund, Business and Occupation Tax), Transportation o Improvement Board and American Rescue Plan Act. Z PROJECT JUSTIFICATION This project will provide access to the City's Naden site. The Naden site is placed strategically at the entrance to Kent's a Downtown. It is highly approachable and visible from SR 167 and co SR 516. The Kent Downtown Subarea Action Plan describes this M area as critical to projecting a good image of the City. N cc L 0 r c a� E a CITY OF KENT 24 Packet Pg. 171 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #25: Safe Routes to School — School Zone Flashers at Seven Elementary Schools YEAR: 2025 E DESCRIPTION: Install School Zone Flashers at the following Elementary Schools: Sunnycrest Elementary, Star Lake Elementary, Park Orchard o Elementary, Sunrise Elementary, Millennium Elementary, Kent a Elementary, and Neely-O'Brien Elementary. PROJECT COST: Preliminary Engineering ................. $42,000 0 Right of Way Acquisition ........................ $0 a E Construction ............................. $376,000 0 TOTAL $418,000 2 0 Secured Funding................................... $0 EXTERNAL FUNDING: WSDOT Safe Routes to School Program ......$0 TOTAL................................................... $0 X 00 FUNDING N 0 N SOURCE(S): City of Kent (Business and Occupation Tax), WSDOT Safe Routes N to School Program, WSDOT Pedestrian and Bicycle Program, N Transportation Improvement Board, WSDOT City Safety Program (Federal Highway Safety Improvement Program) Z 0 PROJECT o JUSTIFICATION This project increases pedestrian safety on school walk routes. Z Flashing beacons are used to notify drivers that they are entering a school zone near an elementary school with a reduced speed limit during times when elementary school a students are walking to and from school. co N M N R i r C E t V R Q CITY OF KENT 25 Packet Pg. 172 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #26: W Meeker Street Frontage from Thompson Avenue to the Interurban Trail YEAR: 2025 E DESCRIPTION: Construct Meet Me on Meeker Promenade frontage improvements 2- 0)new sidewalk, amenity zone, pathway for 2-way bike traffic, o buffer zone, and on-street parking on the south side of the street. a The northside will be upgraded to the Meet Me on Meeker Design a Standards. Also construct a raised intersection at 71" Avenue N and realign the Interurban Trail to cross at the intersection with 0 an RRFB. �- E PROJECT COST: Preliminary Engineering ............... $500,000 .0 Right of Way Acquisition .............. $100,000 0 a Construction ...........................$5,500,000 0 TOTAL $6,100,000 Secured Funding.......................$1,342,500 0 FUNDING SOURCE(S): City of Kent (Business and Occupation Tax), Developer, Puget N Sound Regional Council (Transportation Alternatives Program, N Non-Motorized Set-aside), Transportation Improvement Board. N 0 N PROJECT J JUSTIFICATION: The entire Meeker corridor from the Green River to Downtown is Z planned as a promenade to provide recreation and urban p transport opportunities to those living in the area by connecting Z them to the downtown core. This segment provides a vital link on Iq the edge of the downtown area and improves the crossing r experience of the Interurban Trail. a 00 N M N L E V Y Q CITY OF KENT 26 Packet Pg. 173 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #27: New and Enhanced Pedestrian Crossings in the Downtown Regional Growth Center, in the Kent Manufacturing/Industrial Center (MIC), and along the Interurban Trail E YEAR: 2025 L 0 L DESCRIPTION: Seven new or improved crossing improvements at the following a locations: 1) Install a rectangular rapid flashing beacon (RRFB) enhance crossing with median island at 4t" Avenue N and W Harrison Street, 2) Rebuild the traffic signal and provide crossing 0 improvements at James Street at the Interurban Trail, 3) Install E a new raised midblock crossing and RRFB on Meeker Street E between 6th Avenue and 4th Avenue, 4) Install crossing improvements on S 212t" Street at Interurban Trail, 5) Install an RRFB on S 259t" Street at the Interurban Trail, 6) Install crossing 0. improvements and convert the pedestrian traffic signal to an RRFB on Smith Street at the Interurban Trail, and 7) Install pedestrian crossing signal and crossing improvements on Smith Street at Railroad Avenue N. x PROJECT COST: Preliminary Engineering ............... $600,000 N Right of Way Acquisition ........................ $0 0 N M Construction ...........................$5,600,000 N 0 N TOTAL...................................$6,200,000 J Z Secured Funding................................... $0 0 0 FUNDING Z SOURCE(S): City of Kent Business and Occupation Tax, Puget Sound Regional Iq Council Grants (Transportation Alternatives Program and Non- Motorized Set-aside) a PROJECT ~ 00 JUSTIFICATION: These pedestrian and bicycle crossing improvements will benefit `,' M active transportation users throughout the downtown and N industrial valley. The Rally the Valley Plan identified the four o crossing improvements at the Interurban Trail (James Street, S 212t" Street, S 259t" Street, Smith Street) as critical improvements for pedestrians in the MIC. The three other new/improved pedestrian improvements were identified during the extensive public outreach efforts for the TMP update. The a crossings will improve conditions at the Interurban Trail, increase pedestrian access to Kent Station and RapidRide bus stops, and improve connections to downtown businesses. CITY OF KENT 27 Packet Pg. 174 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #28: Naden Avenue Improvements - Willis Street to Meeker Street YEAR: 2025 E DESCRIPTION: Build the new Naden Avenue connecting Willis Street and Meeker Street to prepare the site for development. o a PROJECT COST: Preliminary Engineering ............... $400,000 E Right of Way Acquisition .............. $200,000 0 Construction ...........................$2,400,000 a E TOTAL...................................$3,000,000 c 0 Secured Funding................................... $0 2 L FUNDING °� SOURCE(S): City of Kent (Developer Mitigation, General Fund, Local Improvement District, Economic and Community Development Placemaking Fund) PROJECT JUSTIFICATION: This project will connect the Naden Avenue and Willis Street N intersection improvements with Meeker Street, allowing for N greater development potential for the Naden site. This area is N adjacent to SR 167 and SR 516 and serves as a gateway to N visitors. The Kent Downtown Subarea Action Plan describes this J area as critical to projecting a good image of the City. Additionally, o this project will provide on-street parking, which will improve o access to the Interurban Trail. Z M a i= co N M N R i r C E t V R Q CITY OF KENT 28 Packet Pg. 175 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #29: 108t" Avenue SE (SR 515/Benson Highway) at Panther Lake Library — Pedestrian Hybrid Beacon (PHB) Pedestrian Crossing YEAR: 2025 L DESCRIPTION: Construct Pedestrian Hybrid Beacon pedestrian crossing with o median pedestrian refuge island, curb ramp improvements. a c a� PROJECT COST: Preliminary Engineering ............... $153,500 E Right of Way Acquisition ........................ $0 ° 0- Construction ............................. $742,000 E c TOTAL ......................................... $895,500 ° 2 Secured Funding................................... $0 a EXTERNAL L FUNDING: WSDOT Pedestrian and Bicycle Program ......$0 L TOTAL...................................................$0 FUNDING SOURCE(S): City of Kent (Business and Occupation Tax, Transportation Impact N Fees), WSDOT Pedestrian and Bicycle Program, Transportation N Improvement Board. N 0 N PROJECT J JUSTIFICATION- The new enhanced pedestrian crossing at Panther Lake Library z will provide a connection between the library and retail o destinations on the east side of 108t" Avenue SE and both single Z family and multifamily residential neighborhoods on the west side of 108t" Avenue SE. This new crossing will reduce walking distance to an enhanced crossing by up to a quarter of a mile. The project will construct a new pedestrian hybrid beacon, a median improvements, and an ADA-compliant crossing. co N M N R i r C t V R Q CITY OF KENT 29 Packet Pg. 176 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #30: W Meeker Street Frontage from Washington Avenue to Thompson Avenue YEAR: 2025 E DESCRIPTION: Construct new two-way separated bike lane on the south side of the street with on-street parking and roadway improvements o from Washington Avenue to Thompson Avenue N. The project will a narrow the roadway to 3 lanes, install buffer islands between the bike lanes and travel lanes, street lighting, landscaping, and pedestrian amenities. 0 0- PROJECT COST: Preliminary Engineering 250,000 E 0 Right of Way Acquisition...................................$0 2 L 0 Construction ...........................$1,800,000 TOTAL...................................$2,050,000 Secured Funding................................... $0 a� FUNDING x SOURCE(S): City of Kent (Economic and Community Development 00 Placemaking Fund, Business and Occupation Tax, Transportation o Impact Fees), Puget Sound Regional Council Grants M (Transportation Alternatives Program, Non-motorized Set-aside) o N PROJECT JUSTIFICATION East of the project a city-led effort will construct approximately o 850 feet of property frontage consisting of two-way separated o bike lanes and some on-street parking, and pedestrian z amenities. This project provides approximately 460 feet of promenade connection along W Meeker Street between M Washington Avenue North and Thompson Avenue N. This project will improve the safety and comfort of both motorists and active transportation users as well as aesthetics and co economic development along this important commercial N corridor. CU 0 r c a� E a CITY OF KENT 30 Packet Pg. 177 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #31: S 216t" Street - 99th Avenue S to 108th Avenue SE (SR SIS/Benson Highway) YEAR: 2025 E DESCRIPTION: Construct a three-lane roadway from 981" Avenue S to 1081" Avenue SE (SR 515/Benson Highway). This project widens S 216t" o Street to three lanes and includes full-width paving; concrete a curbs, gutters, and sidewalks; five-foot paved shoulders; street lighting; storm drainage; landscaping; utilities and channelization. '0 L 0- PROJECT COST: Preliminary Engineering 1 680 000 E • Y 9 9 ............$ r_ Right of Way Acquisition ............$1,450,000 Construction ......................... $11,500,000 0 a TOTAL $14,630,000 ................................. L Secured Funding..................... $14,630,000 ~ as x EXTERNAL 00 FUNDING: Move Ahead Washington (2022)...$14,630,000 0 N . TOTAL....................................$14,630,000 N 0 N FUNDING z SOURCE(S): City of Kent (Business and Occupation Tax, Drainage Fund, Local 0 0 Improvement District, Special Assessments, Transportation Z Impact Fee), Developer Mitigation, Transportation Improvement Board, Puget Sound Regional Council Grants (Surface Transportation Program) PROJECT a JUSTIFICATION: The existing transportation network cannot accommodate the 00 current or forecast east-west traffic volumes between Kent's East N Hill and the Green River Valley. To meet transportation N concurrency requirements of the Growth Management Act, additional east-west vehicle capacity is required. Intersections along S 208t"/212t" Street and James/SE 240t" Streets are at or over capacity. Because of existing development and topographic E constraints, it is not feasible to widen the James/SE 240t" Street and S 208t"/212t" Street corridors enough to provide the a additional east-west capacity needed to accommodate forecast traffic volumes. CITY OF KENT 31 Packet Pg. 178 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #32: 83rd Avenue S Sidewalks from S 228t' Street to S 224tn Street YEAR: 2025 E DESCRIPTION: Complete the sidewalks gap on the west side of 83rd Avenue S by constructing about 750 feet of sidewalk in existing right-of-way. o The project will also include a concrete apron across S 224' a Street and ADA curb ramps. E a� PROJECT COST: Preliminary Engineering ............... $100,000 0 L Right of Way Acquisition ........................ $0 E E Construction ............................. $500,000 0 TOTAL $600,000 0 Q Secured Funding................................... $0 N FUNDING SOURCE(S): City of Kent (Business and Occupation Tax, Transportation Impact Fees), WSDOT Pedestrian and Bicycle Program, Transportation Improvement Board. 00 N PROJECT N JUSTIFICATION 83rd Avenue S is a Minor Arterial roadway serving over 10,000 N vehicles per day. This section of sidewalk is a missing link for N pedestrians between businesses on the north and west side of the J corridor and nearby transit service on 84' Avenue S. o 0 U_ z v M a i= 00 N M N R L r C E t V R Q CITY OF KENT 32 Packet Pg. 179 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #33: SE 272"d Street (SR 516) at 148t" Avenue SE (Lake Meridian) — Pedestrian Hybrid Beacon (PHB) Pedestrian Crossing YEAR: 2025 L DESCRIPTION: Construct Pedestrian Hybrid Beacon pedestrian crossing with o median pedestrian refuge island, curb ramp improvements, signal a intertie with 152nd Avenue SE signal, utilities relocation, rechannelization of SE 272nd Street including removal of two bus turnouts, and transit access improvements. L 0- PROJECT COST: PreliminaryEn 200000 E Engineering 9 ............... $ , c Right of Way Acquisition ........................ $0 L Construction ...............................$1,100,000 a TOTAL $1,300,000 ................................... L Secured Funding......................... $120,000 ~ a� EXTERNAL X FUNDING: King County Metro ................................$120,000 in 00 TOTAL..........................................$120,000 0 N FUNDING N SOURCE(S): Federal Surface Transportation Program, City of Kent (Business N and Occupation Tax, Transportation Impact Fees), WSDOT J Pedestrian and Bicycle Program, Transportation Improvement z Board. o 0 U_ z PROJECT JUSTIFICATION The pedestrian crossing transverses a busy principal arterial. The crossing will provide pedestrian access to an existing transit stop. A RapidRide route, King County Metro's branded bus rapid transit, a is planned for the corridor, and this stop is one of the anticipated co RapidRide stops with ridership forecasted to increase N significantly. Additionally, the new pedestrian crossing will connect a residential area and Lake Meridian Park, a popular City o Park. r c a� E a CITY OF KENT 33 Packet Pg. 180 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #34: Safe Routes to School — East Hill Elementary and Mill Creek Middle Schools YEAR: 2025 E DESCRIPTION: Widen 941" Avenue S within 150' of the intersection with James St/S 240' Street to provide left-turn pockets. Add protected left o turn signal phasing with flashing yellow arrows. Complete a sidewalk connections within the intersection to 94t" Avenue and S 240t" Street without increasing crossing distances. Provide for the safe movement of bikes through the intersection on this a planned north-south bike corridor. E PROJECT COST: Preliminary Engineering ............... $100,000 .o Right of Way Acquisition .............. $100,000 0 a Construction ............................. $400,000 N c TOTAL......................................$600,000 L Secured Funding................................... $0 a� FUNDING SOURCE(S): City of Kent (Business and Occupation Tax), WSDOT Safe Routes N to School Program, WSDOT Pedestrian and Bicycle Program, N Transportation Improvement Board, WSDOT City Safety Program N (Federal Highway Safety Improvement Program) N PROJECT z JUSTIFICATION: This project increases pedestrian safety on school walk routes. 0 0 LL z r M d H 00 N M N L E V Y Q CITY OF KENT 34 Packet Pg. 181 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #35: Local Road Safety Plan — 2025 Highway Safety Improvement Program YEAR: 2025 E DESCRIPTION: Make various safety improvements in a single location each year 2- 0)enhance safety for all road users and make various safety o improvements systemically throughout the City each year to a enhance safety for all road users. Apply safety countermeasures E identified in the Local Road Safety Plan in a single prioritized location with multiple risk factors (Spot Location Improvements) 0 and/or in multiple prioritized locations with similar risk factors E (Systemic Improvements). o PROJECT COST: Preliminary Engineering ............... $200,000 0 Right of Way Acquisition .............. $100,000 a Construction ............................. $800,000 TOTAL $1,100,000 Secured Funding................................... $0 x FUNDING N SOURCE(S): City of Kent (Business and Occupation Tax, Transportation Impact N Fees), WSDOT City Safety Program (Federal Highway Safety N Improvement Program N PROJECT z JUSTIFICATION: This project will implement the recommendations of the Local 0 0 Roadway Safety Plan by installing safety countermeasures and Z improvements in a single prioritized spot location and/or Iq systemically in multiple prioritized locations with similar risk fa cto rs. a i= 00 N M N L E V Y Q CITY OF KENT 35 Packet Pg. 182 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #36: Panther Lake Signal System Integration YEAR: 2026 DESCRIPTION: This project includes extension of the fiber optic communications network along the S/SE 208t" Street corridor to traffic signals in the Panther Lake area to allow remote monitoring, management, o and coordination. The project also includes replacement of the a existing outdated traffic signal controllers to allow integration with the new central traffic signal control system and operating Flashing Yellow Left Turn Arrows (FYLTA). L 0- PROJECT COST: Preliminary Engineering 100,000 E • Y 9 9 .............. $ a Right of Way Acquisition ........................ $0 Construction ............................. $500,000 0 a TOTAL $600,000 ...................................... L Secured Funding................................... $0 ~ a� FUNDING SOURCE(S): WSDOT City Safety Program (Federal Highway Safety Improvement Program) N 0 N PROJECT N JUSTIFICATION: The traffic signals in the Panther Lake area are not connected to N the City's central traffic signal control system; hence, they cannot J be remotely monitored or managed from the City's Traffic o Management Center. The existing traffic signal controllers are o not capable of operating FYLTA for permissive left turn Z movements. It has been demonstrated that this type of signal display is much more readily understood by motorists and results in reduced collision rates involving vehicles turning left during permissive left turn signal phases. The integration of these a signals into the City's signal system will allow operation flexibility � and improved transportation system efficiency. M N L E V Y Q CITY OF KENT 36 Packet Pg. 183 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #37: Railroad Safety Project — BNSF Railroad Crossing at E Smith Street YEAR: 2026 E DESCRIPTION: Install pedestrian gates in the northwest and southeast 2- quadrants. Connect pedestrian gates to existing railroad crossing o gate system. a PROJECT COST: Preliminary Engineering ............... $100,000 E as Right of Way Acquisition ........................ $0 0 a Construction ............................. $700,000 E c TOTAL......................................$800,000 0 Secured Funding................................... $0 0 a FUNDING SOURCE(S): City of Kent (Business and Occupation Tax, Transportation Impact Fees), Federal Highway Administration Rail-Highways Crossing Program (Section 130, Federal Railroad Association (FRA) x PROJECT 00 JUSTIFICATION: This project will improve pedestrian railroad crossing safety at the N E Smith Street crossing of the BNSF railroad. This is located at N the south end of the Kent Station Sounder commuter train N platform at the Kent Transit Center. There is a high volume of pedestrian traffic from the Sound Transit parking garage on the z west side of the BNSF railroad to the eastern railroad platform 0 and bus transit. o z r M d H 00 N M N L E V Y Q CITY OF KENT 37 Packet Pg. 184 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #38: Kent Transit Center - Access, Mobility and Safety Improvements YEAR: 2026 E DESCRIPTION: This project will create an eastbound right-turn lane on E James 2- Street to Railroad Avenue North extending from 1St Avenue North 0- to Railroad Avenue N. This project will also extend the eastbound a bicycle facility on James Street that currently terminates approaching the 1St Avenue N intersection. In addition, improved E pedestrian facilities are planned along the north and south sides 0 of E James Street, improving mobility and safety for these users. E PROJECT COST: Preliminary Engineering ............... $900,000 .0 Equipment...............................$1,000,000 0 a Construction ............................$2,500,000 0 TOTAL $4,400,000 Secured Funding................................... $0 0 FUNDING SOURCE(S): King County METRO, Washington State Department of N Transportation Regional Mobility Grant, Federal Railway Crossings N (Section 130) grant. N 0 N PROJECT J JUSTIFICATION: This project will improve mobility for transit vehicles, bicyclists, o and pedestrians accessing the Kent Transit Center (Kent Station) o via E James Street. Kent Station serves as a vital transportation Z hub for south King County. In addition to Sound Transit (ST) Sounder service, a King County METRO or ST bus accesses the transit center once per minute during the peak periods. By 2040, a bus will access the transit center every 30 seconds during peak a periods. In addition, voter approved ST 3 will increase Sounder ~ 00 service. East James Street in the vicinity of Kent Station has high M congestion and low mobility during peak periods. Eastbound N James Street approaching Central Avenue has large queues and poor level of service. E 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 E Avenue N. Existing geometrics on East James Street west of Railroad Avenue N are constrained by the close proximity of the a Washington Cold Storage Inc. building. Improved bicycle and pedestrian facilities in this area are needed. CITY OF KENT 38 Packet Pg. 185 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #39: W James Street/W Smith Street Pedestrian Improvements YEAR: 2026 E DESCRIPTION: The proposed project will improve the pedestrian and bicycling a- experience between the underutilized Kent/James Street Park & o Ride and Kent Sounder Station. Improvements include pedestrian a wayfinding, pedestrian lighting, and related safety a improvements. 0 PROJECT COST: Preliminary Engineering ............... $200,000 0- E Right of Way Acquisition ........................ $0 0 Construction ............................. $900,000 TOTAL $1,100,000 c Secured Funding................................... $0 ;a FUNDING SOURCE(S): City of Kent (Business and Occupation Tax, General Fund, Local X Improvement District), Sound Transit System Access Funds, King U) County Metro N 0 N PROJECT N JUSTIFICATION: The pedestrian environment between the Kent/James Street Park N & Ride and Kent Sounder Station lacks pedestrian wayfinding and J lighting. Parking at Kent Station has a high utilization, while the o Park & Ride is underutilized. The project will increase utilization o of the Park & Ride, provide an alternative to congested parking Z areas near Kent Station, and improve the safety and pedestrian Iq experience along the pedestrian route. r M d H 00 N M N L E V Y Q CITY OF KENT 39 Packet Pg. 186 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #40: Meeker Frontage Improvement from Kent Elementary School to Washington Avenue N and New Traffic Signal YEAR: 2027 E DESCRIPTION: Construct new two-way separated bike lane on the south side of 2- the street with on-street parking and roadway median o improvements from 750 feet east of 64t" Avenue S to Washington a Avenue N. The project will narrow the roadway to 3 lanes with parking on both sides and include construction of raised median islands, raised buffer islands between the bike lanes and travel 0 lanes, street lighting, landscaping, and pedestrian amenities. E PROJECT COST: Preliminary Engineering ............... $900,000 .0 Right of Way Acquisition .............. $100,000 0 a Construction ...........................$9,000,000 0 TOTAL .$10,000,000 Secured Funding................................... $0 0 FUNDING SOURCE(S): City of Kent (Economic and Community Development N Placemaking Fund, Business and Occupation Tax, Traffic Impact N Fees), Puget Sound Regional Council Grants (Transportation N Alternatives Program, Non-Motorized Set-aside larger N Jurisdiction) J z PROJECT O O JUSTIFICATION: Private development at 64t" Avenue S and Meeker Street will Z construct the Meet Me on Meeker promenade along approximately 1,000 feet of property frontage west of the intersection. A separate project will construct the promenade improvements from the 64t" Avenue S intersection to a point a 750 east of the intersection. This project provides approximately � 750 feet of two-way bikeway connection starting 750 feet east M of 64' Avenue S and extending to Washington Avenue N. The N project is in front of multiple fast-food restaurants. This project will improve the comfort and safety of active transportation users as well as the aesthetics and potential for long-term economic development along this important commercial E corridor. a CITY OF KENT 40 Packet Pg. 187 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #41: S 212t" Street Green River Bridge Rehabilitation YEAR: 2027 DESCRIPTION: Replace the existing finger expansion joints. The improvements would remove and replace the aged compression seals, steel 2- sliding plate, and steel fingers, with a modern expansion joint on 0- the west end of the bridge and remove and repair the flexible a joint seals on the east end of the bridge. E a� PROJECT COST: Preliminary Engineering ............... $200,000 0 L Right of Way Acquisition ........................ $0 E E Construction ...........................$1,100,000 0 TOTAL...................................$1,300,000 0 a Secured Funding................................... $0 N FUNDING SOURCE(S): City of Kent (Business and Occupation Tax, General Fund), WSDOT Local Bridge Program x �n PROJECT N JUSTIFICATION: The S 212t" Street, a major corridor connecting I-5 to SR 167 and N SR 515, bisects the Kent MIC. This corridor is heavily used by N commuters and commercial trucks. The S 2121" Street Bridge N spans the Green River. The current bridge is a three-span steel J plate girder with a weathering steel and concrete deck and steel o finger expansion joints. No major repairs have been performed o on the bridge since its construction in 1966. Recent repairs Z include the filling of missing sections of poured flexible seal with crack sealant in several locations. In 2006, repairs were made to the concrete parapet and deck surface. Joint and steel rail repairs were made in 2010. In 2019, the average daily traffic (ADT) just a west of the bridge is 21,600 with 19% trucks and an annual gross 00 tonnage of just under 14 million. The annual gross tonnage makes M the roadway a T-1 freight route on the WSDOT Freight and Goods N Transportation System . Due to heavy vehicular and truck traffic, the deck surface substantially delaminated and spalled to the point that repairs were required in the summer of 2019. The S 2121" Street Bridge has stringer supports with attached existing E city utilities (8" sanitary sewer force main and 8" water main) and private utilities below the roadway decking that services a businesses and residents on either side of the Green River in the City of Kent. CITY OF KENT 41 Packet Pg. 188 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #42: S 212t" Street — Green River Bridge (East) to 72"d Avenue South YEAR: 2027 E DESCRIPTION: The S 2121" Street project includes grinding, replacement of L failing pavement sections and a full-width asphalt concrete o pavement overlay of the entire roadway from Green River Bridge a to 72nd Avenue S. Curb ramps will be upgraded as required to E meet ADA standards. a, 0 L PROJECT COST: Preliminary Engineering ............... $206,000 E Right of Way Acquisition ........................ $0 r_ 0 Construction ...........................$3,140,000 f° 0 TOTAL $3,346,000 �-................................... Secured Funding.......................$1,846,000 ;a L FUNDING 0 m SOURCE(S): Puget Sound Regional Council Grants (Federal Surface 25 Transportation Program), City of Kent (Business and Occupation Tax) 04 O N PROJECT C14 JUSTIFICATION: This project is located within the Kent MIC. The Kent MIC located N between the ports of Seattle and Tacoma supports significant J regional growth and development, with one of the highest z concentrations of jobs in the region. The asphalt pavement on S o 212t" Street has reached a critical level of degradation, rated at Z 50 on the Pavement Condition Index--data collected in April of 2016. The road surface is heavily impacted by the high r percentage of heavy vehicle traffic. Based on 2018 data, S 2121" Street from W Valley Highway to Riverview Boulevard S is a T-1 a in the WSDOT Freight and Goods Transportation System carrying 00 more the 10 million tons of freight each year and S 212t" Street M from Riverview Boulevard S to Orillia Road S is a T-2. An overlay N is necessary to prevent further costly damage that may require more extensive reconstruction of the roadway to this critical multimodal freight, bus, pedestrian and commuter corridor. E a CITY OF KENT 42 Packet Pg. 189 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #43: W Meeker Street Road Diet from the Interurban Trail to 6t" Avenue S and Intersection Improvements at 6t" Avenue S YEAR: 2027 L DESCRIPTION: Reduce the number of travel lanes on W Meeker Street from 4 0 lanes to 2 lanes plus Bicycle Level of Service Street (LTS) 1 bike a lanes and construct pedestrian and bicycle improvements at the intersection with 6t" Avenue. 0 PROJECT COST: Preliminary Engineering ............... $100,000 0- E Right of Way Acquisition ........................ $0 0 Construction ............................. $500,000 TOTAL $600,000 Secured Funding................................... $0 ;a FUNDING SOURCE(S): City of Kent (Business and Occupation Tax, Transportation Impact 25 Fees), WSDOT Pedestrian and Bicycle Program, Transportation Improvement Board N 0 N PROJECT N JUSTIFICATION: West of the project, private development and multiple city-led N efforts along West Meeker Street will construct the Meet Me on J Meeker promenade along over 1 mile of property frontage. This z 0 project will extend the Bicycle Level of Traffic Stress (LTS) 1 0 network further east into the downtown core, following the z proposed Bicycle LTS network in the Transportation Master Plan. Improvements to the 6t" Avenue S intersection would calm traffic M and simplify the intersection, improving safety and comfort for a both pedestrians and cyclists. This project would also improve i: pedestrian connections across the Union Pacific Railroad and N support planned bicycle network connections to Gowe Street. N L E V Y Q CITY OF KENT 43 Packet Pg. 190 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #44: SE 2481h Street Improvements - 104t" Avenue SE to 109t" Avenue SE YEAR: 2027 E DESCRIPTION: Improvements on SE 248t" Street between 104t" Avenue SE and 109t" Avenue SE. The TMP calls for separate bicycle lanes, where o feasible, on this segment of SE 248t" Street. This segment will a include 3 lanes with one being a center turn lane, bike lanes, and a five-foot landscape buffer between each sidewalk and bicycle lane. 'o L 0- PROJECT COST: Preliminary Engineering En E 9 ••••••••••••••• $600,000 — c Right of Way Acquisition .............. $300,000 L Construction ...........................$6,000,000 0 a TOTAL $6,900,000 ................................... L Secured Funding................................... $0 ~ a� FUNDING SOURCE(S): City of Kent (Business and Occupation Tax, General Fund, Local Improvement District, Transportation Impact Fees), Economic N Incentive Grants, Transportation Improvement Board N M N PROJECT N JUSTIFICATION In support of future development, this area will be connected to J the bicycle and pedestrian networks. Nearby pedestrian o generators include Morrill Meadows Park, East Hill Park, Daniel O Elementary School, and the YMCA. The project will include Z improved turning operations into these attractors. M a i= co N M N R L r C E t V R Q CITY OF KENT 44 Packet Pg. 191 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #45: SE 248t" Street Improvements - 109t" Avenue SE to 1161" Avenue SE YEAR: 2027 E DESCRIPTION: Improvements on SE 248t" Street between 1091" Avenue SE and 116t" Avenue SE. The TMP calls for separate bicycle lanes, where o feasible, on this segment of SE 248th Street. This segment will a include 3 lanes with one being a center turn lane, bike lanes, and a five-foot landscape buffer between each sidewalk and bicycle lane. 'o L 0- PROJECT COST: Preliminary Engineering 600000 E g g .............. ,$ c Right of Way Acquisition .............. $300,000 Construction ...........................$7,400,000 0 a TOTAL $8,300,000 ................................... L Secured Funding................................... $0 ~ a� FUNDING SOURCE(S): City of Kent (Business and Occupation Tax, General Fund, Local in Improvement District), Economic Incentive Grants, N Transportation Improvement Board N M N PROJECT N JUSTIFICATION: In support of future development, this area will be connected to J the bicycle and pedestrian networks. Nearby pedestrian o destinations include Morrill Meadows Park, East Hill Park, Daniel o Elementary School, and the YMCA. The project will include Z improved turning operations into these attractors. Iq r M d H 00 N M N L E V Y Q CITY OF KENT 45 Packet Pg. 192 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #46: E Willis Street (SR 516) and Central Avenue S (SR 516) Intersection Improvements YEAR: 2027 E DESCRIPTION: Improve the intersection of E Willis Street and Central Avenue S 2- to provide a right turn lane from southbound on Central Avenue o South to westbound E Willis Street. Project includes sidewalk, a curb and gutter replacement and improvements to traffic signal a system. Although there are no bicycle facilities planned at the E Willis Street and Central Avenue S intersection, this project must 'o be assessed with respect to the "complete streets" requirements. °- E PROJECT COST: Preliminary Engineering ............... $100,000 .o Right of Way Acquisition .............. $200,000 0 a Construction ............................. $400,000 TOTAL $700,000 Secured Funding......................... $168,000 FUNDING SOURCE(S): City of Kent (Business and Occupation Tax, Transportation Impact N Fee) N M N PROJECT N JUSTIFICATION: This project will provide a much-needed improvement to the J southbound traffic flow at Willis Street (SR 516) by providing a o dedicated right turn lane. o U_ z r M d H 00 N M N L E V Y Q CITY OF KENT 46 Packet Pg. 193 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #47: Central Avenue - Traffic Signal Communication YEAR: 2027 DESCRIPTION: The project will implement the communication connection between the Burlington Northern Santa Fe Railway (BNSF) rail 2- corridor and the traffic signals along Central Avenue to allow area 0- signals the ability to adjust signal timing in anticipation of, during, a and after train events. In addition, signals along the Central Avenue corridor, from S 259t" Street through S 212t" Street, will be upgraded to use this interconnection. Signal upgrades may L utilize newer technology such as adaptive signal control systems, transit signal priority, and other intelligent transportation E systems applications in traffic signal control. Additional signals 2 adjacent to at-grade rail crossings may also be upgraded to take advantage of the new communication connections. 0. PROJECT COST: Preliminary Engineering .............$1,500,000 L Equipment................................. $300,000 Construction ............................$4,300,000 TOTAL $6,100,000 00 N ................................... 0 Secured Funding................................... $0 N M N FUNDING N SOURCE(S): King County METRO, Washington State Department of J Transportation's Regional Mobility Grant o 0 PROJECT Z JUSTIFICATION: This project will improve mobility for transit vehicles and Iq motorists in the vicinity of the Kent Transit Center along the Central Avenue corridor, from S 2591" Street through S 2121" Street. A King County METRO or Sound Transit bus accesses the a transit center once per minute during the peak periods. By 2040, ~ 00 a bus will access this regional transit center every 30 seconds M during peak periods. Downtown Kent, along the Central Avenue N corridor, experiences poor level of service due to heavy congestion affecting movements from multiple directions. There are more than 60 daily trains on the BNSF corridor adjacent to Central Avenue. With no downtown grade-separated rail E crossings, the volume of daily rail crossing events contributes to the congested conditions. Today, the traffic signal system cannot a communicate signal timing modifications to manage changes in traffic patterns during or after a train event. CITY OF KENT 47 Packet Pg. 194 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #48: Midway Subarea TOD Streets — S 244t" Street and 32"d Avenue S YEAR: 2027 E DESCRIPTION: Construct two new transit oriented design (TOD) streets including a- sidewalks and bike lanes in the Midway area near the future Kent- o Des Moines Link Light Rail Station. The project includes the new a 32nd Avenue S and a new segment of S 244' Street from S 240' E Street to Pacific Highway South (SR 99). These will be complete streets supportive of transit-oriented development envisioned in a the Midway Subarea Plan adopted in 2011. E PROJECT COST: Preliminary Engineering ............... $800,000 .o Right of Way Acquisition ............$1,700,000 0 a Construction ...........................$4,700,000 N c TOTAL...................................$7,200,000 L Secured Funding............................................... $0 FUNDING SOURCE(S): Puget Sound Regional Council Grants (Federal Surface N Transportation Program), City of Kent (Business and Occupation N Tax, Transportation Impact Fees), City of Kent Drainage Funds N 0 N PROJECT JUSTIFICATION: This project will support the vision of the Midway Subarea Plan o including Transit Oriented Development near the future Link Light o Rail Station at 301" Avenue S and S 2361" Street, anticipated to Z open in 2024. r M d H 00 N M N L E V Y Q CITY OF KENT 48 Packet Pg. 195 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #49: 132"d Avenue SE Pedestrian Improvements (Phase 4) - SE 228t" Street to SE 240t" Street YEAR: 2028 E DESCRIPTION: A continuous pedestrian facility will be constructed along the west 2- side of 13211 Avenue SE from SE 2401" Street to SE 228t" Place. o Sidewalk treatments will include a combination of asphalt path, a concrete sidewalk, and curb separated sidewalk adjacent to the a roadway where appropriate. This project continues Phase I and Phase II improvements that were funded by TIB grants awarded 0 in 2016 and 2017. A continuous pedestrian facility now exists °- from SE 240t" - SE 272na E c 0 PROJECT COST: Preliminary Engineering ............... $200,000 0 Right of Way Acquisition ........................ $0 a Construction ...........................$1,000,000 ;a L TOTAL.................................. $1,200,000 0 as Secured Funding ' �n FUNDING N SOURCE(S): City of Kent (Business and Occupation Tax, Transportation Impact N Fees), WSDOT Pedestrian and Bicycle Program, Transportation N Improvement Board (TIB) N J PROJECT z JUSTIFICATION: 132nd Avenue SE is designated as a minor arterial roadway, with o 5 vehicle lanes, bicycle lanes, sidewalks and landscaping planned Z at build-out. This roadway has been widened at various locations based on development of adjacent parcels. Due to budgetary constraints this roadway will not be completed in the near term; however, the desire to improve pedestrian access necessitates a moving ahead with the walking path. 00 M N L E V Y Q CITY OF KENT 49 Packet Pg. 196 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions PROJECT #50: SE 248th Street at 116th Avenue SE Roundabout YEAR: 2028 DESCRIPTION: Construct a roundabout at SE 248t" Street and 116t" Avenue SE for capacity and traffic safety improvements. This project must 2- be assessed with respect to the "complete streets" requirements. o The 2020 TMP calls for bicycle lanes east and west of this a intersection on SE 248t" Street. E as PROJECT COST: Preliminary Engineering ............... $400,000 L Right of Way Acquisition .............. $700,000 E Construction ...........................$2,700,000 0 TOTAL $3,800,000 a Secured Funding................................... $0 N FUNDING SOURCE(S): City of Kent (Business and Occupation Tax, General Fund, Local Improvement District, Transportation Impact Fees), Transportation Improvements Board, WSDOT City Safety Program (Federal Highway Safety Improvement Program) N 0 N PROJECT N JUSTIFICATION: This project will improve the operation and safety of this busy N intersection and support future growth in the area. In addition, J lifecycle costs will be lower than a traffic signal. o 0 LL z r M d H 00 N M N L E V Y Q CITY OF KENT 50 Packet Pg. 197 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions Plan #1: Central Avenue Plan YEAR: 2028 DESCRIPTION: The City will complete a study of Central Avenue from SR-167 to Willis Street to develop a vision for the future of the corridor. The study will look at transportation needs, including bike and ° a pedestrian needs to promote economic development based in future land use. E a� 0 PROJECT COST: Consultant ................................ $600,000 a E In-House Staff ........................... $125,000 0 c� TOTAL $725,000 ° Secured Funding................................... $0 L FUNDING SOURCE(S): City of Kent (Business and Occupation Tax), Washington State Department of Transportation Local Programs, Highway Safety 5 Improvement Program and Hazard Elimination Program 00 Pedestrian and bicycle program from WSDOT, Private Developers, N PSCR? M N O N PROJECT JUSTIFICATION: During the public outreach process of the Transportation Master Z Plan, a study to re-envision Central Avenue was identified. 0 Central Avenue is a critical connection in the heart of Kent that o performs many essential duties within the transportation Z network. It is a heavily used commuter route between SR 167 and the downtown core and a critical connection between M Downtown and the MIC. Central Avenue is a Principal Arterial that a currently provides access for many businesses, residential P: properties, and a park, but also serves area freight, transit, N commuters, and local bike and pedestrian trips. A study is needed N to determine the future of Central Avenue as a corridor that continues to balance all these competing functions and or seeks o to prioritize some more than others to achieve better outcomes. a� E a CITY OF KENT 51 Packet Pg. 198 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions Plan #2: Greenways Plan YEAR: 2028 DESCRIPTION: The Greenways Plan is a citywide plan to create bike boulevard and greenway routes on local and low - volume streets with signage, markings and traffic calming strategies as needed. ° a c PROJECT COST: Consultant ................................ $600,000 E a) In-House Staff ........................... $125,000 0 L TOTAL $725,000 E ...................................... Secured Funding................................... $0 ` 0 FUNDING SOURCE(S): City of Kent (Business and Occupation Tax), Washington State . Department of Transportation Local Programs and Pedestrian and bicycle program from WSDOT. PROJECT JUSTIFICATION: x in The Greenways Plan was identified by the interdepartmental N working group to promote active modes of transportation. N Several Greenway projects are included in the Transportation N Master Plan and more have been requested by the Kent Bicycle N Advisory Board. What is lacking is a comprehensive planning Z effort to plan and connect Greenway routes to popular origins o and destinations, essential services, and other bicycle Z infrastructure throughout the City so that such a facility is within easy reach for all Kent residents. T M d H 00 N M N L E V Y Q CITY OF KENT 52 Packet Pg. 199 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions Program #1: Street and Sidewalk Preservation and Repair Program Ongoing Citywide Program YEAR: 2023 - 2028 L DESCRIPTION: Preserve the existing transportation system by resurfacing the o existing asphalt and concrete streets throughout the City. a Reconstruct sidewalks as related to curb ramp upgrades consistent with ADA. The project limits must be assessed in E accordance with the "complete streets" requirements. o L 0- PROJECT COST: Preliminary Engineering 17,991,000 E c Right of Way Acquisition ............$1,286,000 Construction ....................... $109,227,000 a TOTAL...............................$128,504,000 L Secured Funding..................... $38,400,000 ~ FUNDING SOURCE(S): City of Kent (Business and Occupation Tax, Solid Waste Utility Tax), Surface Transportation Program N 0 N PROJECT M N O JUSTIFICATION: The City assessed the condition of its street network in 2016. N Many of the streets exhibit deficiencies that reflect they are Z beyond their expected performance life and are in need of a p maintenance or rehabilitation overlay, or some amount of o reconstruction. This preservation work also requires curb ramps z and sidewalks be made accessible to persons with disabilities, according to the ADA. This program constructs and repairs the M City's sidewalks and begins to address the pedestrian improvements identified in the Transportation Master Plan. 00 N M N L E V Y Q CITY OF KENT 53 Packet Pg. 200 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions Program #2: Traffic Signal Management Program Ongoing Citywide Program YEAR: 2023 - 2028 L DESCRIPTION: Preserve the existing traffic control signal and intelligent o transportation systems through preventative maintenance and a lifecycle hardware replacement. Review and adjust traffic signal timing to optimize intersection efficiency. E 0 PROJECT COST: Preliminary Engineering ............... $726,000 E Right of Way Acquisition ........................ $0 c 0 Construction ...........................$4,356,000 TOTAL...................................$5,082,000 a c Secured Funding.......................$3,750,000 FUNDING o SOURCE(S): City of Kent (Business and Occupation Tax) 00 in PROJECT N O JUSTIFICATION: The City maintains an extensive traffic control system that M includes 118 traffic signals, one pedestrian hybrid beacon, 10 N pedestrian activated crosswalk beacons, 29 traffic cameras, and N a large traffic signal communications system. These systems Z require routine preventative maintenance to operate safely and p efficiently. o z r M d H O N M N L E V Y Q CITY OF KENT 54 Packet Pg. 201 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions Program #3: Channelization and Pavement Markings Maintenance Program Ongoing Citywide Program E YEAR: 2023 - 2028 0 L DESCRIPTION: Refresh and replace pavement markings including paint, a thermoplastic, and raised pavement markers throughout the City to separate and regulate conflicting traffic movements, define E paths of travel, and facilitate safe and orderly movement on City 0 L streets. 0- E PROJECT COST: Preliminary Engineering ............... $872,000 .0 Right of Way Acquisition ........................ $0 0 a Construction ...........................$4,937,000 N TOTAL...................................$5,809,000 L Secured Funding.......................$2,575,000 as FUNDING SOURCE(S): City of Kent (Business and Occupation Tax) N 0 N PROJECT N N O JUSTIFICATION: This ongoing program maintains roadway channelization N throughout the City. The City has approximately 1,700,000 linear Z feet (LF) of channelization striping, 450,000 raised pavement 0 markers, 22,012 LF of access control curb and 7,200 LF of painted o access control curb. Roadway channelization helps to reduce z conflict points and direct motorists through areas of complexity. This project preserves the capacity and efficiency of the existing M roadway system. a 00 N M N L E V Y Q CITY OF KENT 55 Packet Pg. 202 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions Program #4: Guardrail Improvement Program Ongoing Citywide Program YEAR: 2023 - 2028 L DESCRIPTION: Make miscellaneous guardrail improvements each year to 0 enhance motorist safety. Upgrade existing guardrail end- a treatments as mandated by State and Federal regulations. E a) PROJECT COST: Preliminary Engineering ................. $73,000 0 L Right of Way Acquisition ........................ $0 E Construction ............................. $726,000 ` 0 TOTAL......................................$799,000 0 Secured Funding................................... $0 a 0 FUNDING SOURCE(S): City of Kent (Business and Occupation Tax), Highway Safety Improvement Program and Hazard Elimination Program x in PROJECT N JUSTIFICATION: This project is mandated for compliance with Federal and State N regulations and the requirement to mitigate potentially hazardous N roadway conditions. N J Z O O LL Z v r M d H 00 N M N L E V Y Q CITY OF KENT 56 Packet Pg. 203 4.G.a 2023-2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM Project Descriptions Program #5: City Safety Program Ongoing Citywide Program YEAR: 2023 - 2028 L DESCRIPTION: Make various safety improvements throughout the City each year o to enhance safety for all road users. a a� PROJECT COST: Preliminary Engineering ............... $492,000 E Right of Way Acquisition ........................ $0 0- Construction ...........................$2,778,000 E c TOTAL $3,270,000 ° Secured Funding................................... $0 0 a FUNDING SOURCE(S): (Federal Surface Transportation Program), City of Kent (Business and Occupation Tax, Transportation Impact Fees), Washington State Department of Transportation Local Programs, >_ Transportation Improvement Board, Highway Safety Improvement Program and Hazard Elimination Program N 0 N PROJECT M N JUSTIFICATION: This project will implement the recommendations of the Local N Roadway Safety Plan by installing safety countermeasures and J improvements systemically throughout the City in multiple o prioritized locations. o U_ z r M d H 00 N M N L E V Y Q CITY OF KENT 57 Packet Pg. 204 4.G.a CITY OF KENT, WASHINGTON 2023 - 2028 SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM 0 0 L. c m E m 0 L Q E 0 R L Q L L X_ 00 N O N M N O N J Z O O LL KENT z W A S H I N G T O N M a co N For more information or additional copies of this document contact: N CU Rob Brown, PE o Transportation Engineering Manager City of Kent, Public Works, Engineering E 400 West Gowe Street Kent, WA 98032-5895 a Office 253-856-5571 RBrown@KentWA.gov 58 Packet Pg. 205