Loading...
HomeMy WebLinkAboutCity Council Meeting - Council - Regular Agenda - 12/13/2022KENT CITY COUNCIL AGENDA 40!00�9 Tuesday, December 13, 2022 KEN T 7:00 PM VV A 5 H I N G T O N Chambers A live broadcast is available on Kent TV21, www.facebook.com/CitvofKent, and www.youtube.com/user/KentTV21 To listen to this meeting, call 1-888-475-4499 or 1-877-853-5257 and enter Meeting ID: 850 3725 6585 Passcode: 745909 Mayor Dana Ralph Council President Bill Boyce Councilmember Brenda Fincher Councilmember Zandria Michaud Councilmember Satwinder Kaur Councilmember Toni Troutner Councilmember Marli Larimer Councilmember Les Thomas ************************************************************** COUNCIL MEETING AGENDA - 7 P.M. 1. CALL TO ORDER/FLAG SALUTE 2. ROLL CALL 3. AGENDA APPROVAL Changes from Council, Administration, or Staff. 4. PUBLIC COMMUNICATIONS A. Public Recognition i. Employee of the Month ii. Present Giving Campaign Proceeds to Eileen & Callie's Place iii. Reappointments to the Human Services Commission iv. Appointments to the Kent Bicycle Advisory Board B. Community Events C. Public Safety Report S. REPORTS FROM COUNCIL AND STAFF A. Mayor Ralph's Report Citv Council Meetinq Citv Council Regular Meetinq December 13, 2022 B. Chief Administrative Officer's Report C. Councilmember's Reports 6. PUBLIC HEARING A. Public Hearing on a Resolution for the Surplus of The Bridges Wetlands Property - Adopt 7. PUBLIC COMMENT The Public Comment period is your opportunity to speak to the Council and Mayor on issues that relate to the business of the city of Kent or to agenda items Council will consider at this meeting. Comments that do not relate to the business of the city of Kent are not permitted. Additionally, the state of Washington prohibits people from using this Public Comment period to support or oppose a ballot measure or candidate for office. Public Comment may be provided orally at the meeting, or submitted in writing, either by emailing the City Clerk by 4 p.m. on the day of the meeting at CityClerk@kentwa.gov or delivering the writing to the City Clerk at the meeting. If you will have difficulty attending the meeting by reason of disability, limited mobility, or any other reason that makes physical attendance difficult, and need accommodation in order to provide oral comment remotely, please contact the City Clerk by 4 p.m. on the day of the meeting at 253-856-5725 or CityClerk@kentwa. gov. When called to speak during the meeting, please state your name and city of residence for the record. You will have up to three minutes to provide comment. Please address all comments to the Mayor and Council as a whole. The Mayor and Council may not be in a position to answer questions during the meeting. Alternatively, you may email the Mayor and Council at MayorCDKentWA.gov and CityCouncil@KentWA.gov. Emails are not read into the record. S. CONSENT CALENDAR A. Approval of Minutes i. Council Workshop - Workshop Regular Meeting - Nov 15, 2022 5:00 PM ii. City Council Meeting - City Council Regular Meeting - Nov 15, 2022 7:00 PM B. Payment of Bills - Authorize C. Excused Absence for Councilmember Michaud - Authorize D. Accept the Kent Springs Well #3 Component Replacement and Installation Project as Complete - Authorize E. Accept the 2021 Watermain Replacement Project as Complete - Authorize F. Second Amendment to Interlocal Agreement with Maple Valley for Municipal Court Services - Approve G. Consultant Services Agreements with Protingent, Inc., TEKsystems, Inc., and Affirma, LLC - Authorize H. 3355 : Agreement with the Segal Group, Inc. for a Non -Represented Salary Survey - Authorize Citv Council Meetinq Citv Council Regular Meetinq December 13, 2022 I. Consolidating Budget Adjustment Ordinance for Adjustments between July 1, 2022 and September 30, 2022 - Adopt J. Grant Agreement with Department of Commerce for the City's Periodic Update to its Comprehensive Plan - Authorize K. Amendment #4 to Consultant Services Agreement with Robert Half International, Inc., for IT Temporary Staff - Authorize L. Consolidating Budget Adjustment Ordinance for Adjustments between October 1, 2022, and November 30, 2022 - Adopt M. Ordinance - Annual Housekeeping Amendments to Zoning Code and Development Regulations - Adopt N. Resolution Establishing Fee Rates for 2023 - Adopt O. Agreement with EuroStage Mobile Stages - Authorize P. Agreement with West Coast Concrete Restoration, LLC - Authorize Q. Department of Commerce Grant Agreement for Quiet Zone Improvements - Authorize R. Reappointments to the Human Services Commission - Confirm S. Appointments to the Kent Bicycle Advisory Board - Confirm 9. OTHER BUSINESS A. Jail Food Services Agreement 10. BIDS A. South 240th Street and Russell Road Transportation Improvement Board Sidewalk Improvements Bid - Award 11. EXECUTIVE SESSION AND ACTION AFTER EXECUTIVE SESSION A. Collective Bargaining, as per RCW 42.30.140(4)(a)12 12. ADJOURNMENT NOTE:A copy of the full agenda is available in the City Clerk's Office and at KentWA.gov. Any person requiring a disability accommodation should contact the City Clerk's Office in advance at 253-856-5725. For TDD relay service, call the Washington Telecommunications Relay Service 7-1-1. 5.B Administration • Staff has been attending the Effective Communication Training arranged by our Race and Equity Manger Uriel Varela. The training is being offered in two half day sessions and is receiving favorable reviews from staff. • The City is seeing an uptick in COVID cases which is consistent with trends in the area. The City is also seeing an uptick in seasonal non-COVID illnesses. • The Public Works crews did an excellent job in staying ahead of the recent snowy weather in keeping our Kent streets clear and cars moving. This is always a monumental effort of preparing, organizing and putting in long hours to keep the community safe. • As we move headlong into the holiday season, I want to wish all of our staff, the City Council, and the Kent Community Happy Holidays and a Happy New Year. I wish you all a safe, healthy and enjoyable holiday season. Clerk's Office • During the month of November, the City Clerk's office processed 74 contracts, closed out 838 requests for public records and processed 67 body worn camera videos totaling 3,600 minutes of footage. Economic & Community Development In mid -November ECD welcomed Lindsay Walker to the Current Planning team! She comes to Kent from the city of Sandy Springs, Georgia with a unique blend of municipal and private sector experience and a degree in environmental horticulture. Lindsay brings may relevant skills to the team, including environmental development review and inspections, customer service, and code compliance, among others. Please stop by and say hello when you get a chance! Also please note her email is LiWalker@kentwa.gov, as there is already an LWalker in Parks. On a different note, Current Planning Manager Erin George will be leaving the City after a 17- year career begun in Public Works but spent predominantly in ECD. She leaves a wonderful legacy here as a mentor and colleague and will be missed by her team and collaborators throughout the city. Where could she go that would be better than Kent? Well, its to her beloved Montana where she went to university after growing up in Oregon. Erin and her husband will move in January to the city of Bozeman where Erin will be the Deputy Director of Community Development. It is a wonderful career opportunity that will also bring Erin much closer to family, including her parents, sister, brother-in-law and young, but growing up quickly, nieces. There will be a farewell reception in Chambers in early January, precise date and time to be announced. Long Range Planning Staff are accepting applications to fill two vacancies on the land use and planning board. The LUPB advises the City on important land use issues including zoning code amendments, development regulations and the Comprehensive Plan, which is a 20-year vision for growth and services in Kent. Residents can Page 1 of 14 Packet Pg. 4 5.B learn more and apply at kentwa.gov/government/boards-commissions Budget • The Budget Group is working on year-end activities, which include estimating fund balances, Q4 budget changes, and transfers. Customer Service • Customer Service has been working to meet the requirements to obtain funding from the Residential Customer Utility Arrearages Grant Program from the Department of Commerce. The team is working on maximizing the funds available to assist city customers with remaining payment plan balances. • Communication regarding the 2023 City and King County utility rate increases was included as an insert mailed out with the November utility statements. Pursuant to City Ordinance 4213, an increase of 9.5 percent will be applied to City water, sewer, and storm drainage rates starting on January 1, 2023. Also effective January 1, is a 5.75 percent increase to the King County portion of the sewer bill. Accounting and Reporting • The General Ledger Team continues work with the State Auditor's Office on the 2021 Financial and Single (Grant) Audits for the City of Kent and the Kent Special Events Center Public Facilities District. These audits are anticipated to conclude no later than December 15. The State Auditor's Office will roll immediately into the 2021 Accountability Audit. • It is hard to believe that the 2022 year-end is rapidly approaching. Year-end training was held on November 30 and December 1 for staff handling accounting -type activities within departments. Payroll • There is a new option available within Workday regarding electronic W-2s. As of now, City employees may log in and change their election to "W-2 Electronic Only". This option will allow City employees to receive their W-2 as soon as they are finalized versus waiting for their W-2 to be physically received at their mailing address and potentially being lost, damaged, or stolen. Tax and Business Licensing • There were 1,175 business and occupation tax returns filed for the 3rd Quarter 2022 tax reporting period. This represents a 12% decrease from 3rd Quarter 2021 and does not incorporate pending delinquent tax returns. • In mid -November the Tax Division issued approximately 5,000 business license relicensing notices. The 2023 Relicensing Period opened on December 1, 2022. • Andrea Madsen will be joining the Tax Division as Tax Auditor effective January 3, 2023. Workday • Review/setup new Washington State requirement to report SOC (Standard Occupational Classification) code in the 2022 4th Quarter Tax Report • Attended Workday Governance Model workshop on 12/7 • Workday Issue Tracking 21/22 Year to date 240 (includes citywide and department specific requests/issues): o Total Closed 179 o Total Open in Progress 15 o Total Open 46 • Workday October Statistics: 0 7447 business process events initiated during month 0 369 business process events that were initiated by a manager during the month 0 69 business processes completed including new hires, terminations and job changes 0 84 employee benefits business processes completed during the month, including retirement savings changes, addition of dependents to an enrollment, new enrollments, and changes to eligibility Benefits • Processing Open Enrollment changes with vendors for effective date of 1/1/23 co c U 0 U E 0 N 0 a a� Page 2 of 14 Packet Pg. 5 5.B • Working with Employees and Managers on protected leave cases and ADA accommodations Labor • AFSCME and Teamsters negotiations continue • Review of non -represented employee job descriptions in preparation for the classification & compensation study continues with HR and department management Recruiting • Sergeant written exam on 12/15 • Building out the exercises for the Sergeant assessment center • Job fair at Kentridge High School on 12/14 Information Technology Projects • Radix Replacement - to replace the existing Radix Utility Meter Reading System as it is no longer supported by the original Vendor as of the end of 2021. • Records Management System Deployment - to deliver the replacement for the current imaging system which consists of Captovation/eCapture for scanning and imaging, and Oracle IPM for image storage and retrieval. Replacement of the aging imaging system will also provide opportunities for delivering enhanced capabilities and efficiencies to the city in areas such as a self-service web -based portal to support public records requests, electronic forms and process automation, and review/clean-up of the existing repository. Information Technology operational support for November 09, 2022 to December 06, 2022 • Number of tickets opened - 250 • Number of tickets closed - 350 Enterprise GIS General: • Normalization of address database for various software implementations • Working with Parks to help with GIS items • Rebuilding GIS Kent GeoPortal for city website • Completing inventory of GIS core SDE data citywide • Auditing new 3D citywide building layer against Nearmap building layer • Working to complete preparation on the rearchitect of GIS system implementation started week of 11/14 • Assessing GIS Warehouse Task Force data and standards Weekly Customer Service Requests: • Monthly GIS data update • Providing customer support to help staff connect to GIS data • Managing Connect Explorer login access • eGIS participating in citywide software implementations and providing GIS support • Logan Todd joined our office on November 16 as our newest Assistant City Attorney. Logan came to us from the City of Covington, Kentucky where he worked as an Assistant City Solicitor. Logan has hit the ground running and we're very appreciative to have him as part of our team. Welcome Logan! • During the month of November, the Criminal Division received a total of 208 cases from the Police Department for review and filing of criminal charges. Of those, 87 were for in -custody defendants which necessitated rush filing the next business day after arrest. • Prosecutors covered 61 court calendars during the month of November. On those calendars, prosecutors prepared 1,442 cases spread across 916 defendants. Of the 916 defendants required to appear in court, 146 of them failed to appear (16% FTA rate). • In November, prosecutors also attended Community Court, which included 95 cases across 64 defendants, though 21 of those defendants failed to appear (33% FTA rate). • There were 117 cases set for jury trial in November. Those cases included over 196 hours of body cam footage, most of which were reviewed by prosecutors in advance of trial. For comparison purposes, it would take a single full-time employee more than 24 days to review this footage if they r co c U c 0 U E 0 N 0 a a� Page 3 of 14 Packet Pg. 6 devoted eight hours per day to solely watching body cam footage. • Of the 117 cases set for trial in November, two cases proceeded to trial. Victoria Robben tried a case of assault in the fourth degree involving a defendant who sprayed the victim with mace. The defendant claimed self-defense. After a several -day trial, the jury returned with a guilty verdict. Leif Drangsholt tried a case involving 11 criminal charges ranging from assault on a police officer and obstruction to displaying a weapon and indecent exposure. After a multi -day trial, the jury returned with guilty verdicts on seven of the eleven charges, including the charge for the defendant's assault on a police officer. These were difficult trials for a variety of reasons, and Victoria and Leif did an excellent job representing our office. • Attorneys from both the Criminal and Civil Divisions assisted in training the Police Department on the new ordinance Council adopted regarding unlawful camping, unlawful storage of camp facilities, unlawful use of fires, and unlawful environmental damage. • Assisted the HR Department in a number of sensitive employment and labor related matters. • Assisted City departments in reviewing and negotiating contract terms for a number of contracts related to construction, technological, and development projects. • Assisted outside counsel on a number of cases currently in litigation. • Worked with staff to acquire the property rights necessary to complete various projects throughout the City. Recreation and Cultural Services • Kent Parks & Recreation Teen Center held its 8th Annual Community Thanksgiving Dinner on Saturday, November 19. Three hundred families and community members gathered to enjoy a hot, delicious meal thanks to all the generous donations and local restaurant support. Plentiful food satisfied every appetite and many families 5.6 left with free Thanksgiving giveaways from local partners and non-profit groups. Everyone really enjoyed the event as a whole and many specifically mentioned how much they loved the beautiful decorations and getting to sing along to a variety of event -style karaoke songs. It was truly a team effort with many thanks to City of Kent Staff, our partners and volunteers who made this year's feast so special. • Studio 315, a social club for persons with disabilities held its holiday dinner and party a on December 2. Seventy participants co enjoyed a full meal, dessert, door prizes and Christmas carols. It was a great way to kick off the holiday season. Huge thanks ; to our partner, Quota of Kent Valley, for L) once again sponsoring this annual event. E • The Kent Commons Holiday Bazaar ° returned December 2 - 3 after a COVID hiatus. Several thousand shoppers visited a 60 vendors while enjoying festive entertainment, food & beverages along with free onsite parking. a • The Magical Strings Celtic Yuletide Concert has been a tradition in Kent for 36 years ) and is still going strong. This year's L Spotlight Series show was completely sold o out well before Thanksgiving, which is a > record for recent history. A total of 360 people enjoyed the music, dance, and N holiday traditions on Sunday, December 4 c at Kent -Meridian Performing Arts Center. E • Kent Parks staff worked with staff and a volunteers from Kent Station, the Kent w ° Lions Club, and Kent Downtown U Partnership to implement Winterfest, a c month of holiday happenings. The focalcc Winterfest event took place on Saturday, •2 December 3 from 3:00 to 6:00 pm at Town = Square Plaza. The event featured E entertainment, community booths, Santa, U a parade through historic downtown, and a tree lighting at 5:30 pm. An excellent turnout of approximately 1,000 people enjoyed the event. Additional Winterfest events included the Kent Commons Holiday Bazaar on December 2 and 3, stories and crafts at the Kent Library on December 3, the Kent Downtown Partnership's Ugly Sweater Wine Walk on December 3, Page 4 of 14 Packet Pg. 7 Magical Strings Celtic Yuletide Concert at Kent -Meridian Performing Arts Center on December 4, and the Christmas Rush Fun Run on December 10. Winterfest events still ongoing are Santa photos, a giving tree, and gingerbread station at Kent Station from November 26 through December 23. • The 40th annual Christmas Rush 5K and 10K runs took place on Saturday, December 10. As of December 1, approximately 700 people were registered to participate. Staff projects that 800 runners and walkers will have signed up by race day. • Artwork by Xin Xin and Andrea Lewicki will be on display in the Centennial Center Gallery through December 28. The gallery is free and open to the public during regular city business hours - 8 am to 5 pm, Monday through Friday. • The Kent Senior Center hosted two holiday luncheons celebrating Thanksgiving and Christmas. Approximately 175 people enjoyed each of these holiday meals. Senior Center staff were thankful and very appreciative for volunteers from the Police Department and Fire Department who served and cleaned up during each of these events. Their presence makes it a special and memorable day for attendees. Facilities • Driving Range Fire: repairs are complete. IT is scheduling full restoration of their system and we'll be 100% back to normal operations. • New signage for the Driving Range is installed and looks very nice. • Solar grant process for Senior Center is underway. Timeline is 2023. • The gym partition wall at Commons has been removed and the new drop -down curtain is scheduled to be installed in the coming weeks. • New wall padding for the Commons gym started install on 12/5/22 and will be completed this week. This was to replace the old wood slatted walls. • Courthouse and Corrections generator project is going to be in a holding pattern for a while as the new generator is 5.B expected to arrive in April 2023 at which time it will be installed and commissioned. • Police HQ Renovation is in the final phase. Punchlist items are on -going until completion. • Senior Center Roof project started 11/7 and will be working through the next two to three months until complete. • IT Annex remodel is underway and making great progress. The goal is still to be completed by year end. • Maintenance team has done a good job with snow and ice response and we'll a continue to be prepared for the weather. • Contracted with Sazan to start the = engineering and design for the new Police HQ cooling tower. ; • Contracting with Elevator Consulting L) Services (ECS) for elevator modernizations E at Centennial Center. ° • A new commercial walk-in refrigerator for Corrections is approved. This has an a extremely long lead time and we'll be tracking it closely. V_ • Driving Range smashed doors have a 6- a month lead time. Order is placed and we're tracking. ) • New fence and gates for the Commons L back parking lot is underway and scheduled o to be completed this month. • Contracted with Burgess Design for Kent Commons renovations. We conducted our N design kick-off meeting last week and the c project is moving forward. E • Contracted with DLR Group for court room w renovations. • New blinds installed throughout the Senior u Center. ii 0 • New custodian, John Floyd, started on 11/16. Welcome John! 7 Significant crime activities/arrests /investigations • On November 7, at 11:45 am, officers responded to a carjacking that occurred at the US Post Office located at 10612 SE 240th St. The victim had just parked her vehicle when the suspect opened her door and said, "Get out or I'm gonna shoot you!" The suspect was armed with a Page 5 of 14 Packet Pg. 8 handgun. The victim complied and the suspect stole the vehicle. The victim's vehicle was recovered around 1:30 pm by Bellevue PD after the suspect carjacked another victim and fled the area. At 2:00 pm, officers assisted Seattle PD regarding another carjacking, this time the victim had been shot by the suspect. The victim's vehicle was being tracked near the Wendy's located at 6331 S 212th St in Kent. Officers responded, found the vehicle, but it fled yet again. A pursuit ensued and officers were able to capture the suspect. Officers recovered property belonging to the Bellevue victim and a handgun. Seattle PD responded and took custody of the suspect and vehicle. On November 9, at 2:28 am, officers were dispatched to an attempted carjacking at the 7-Eleven located at 10255 SE 240th SE. The victim went inside to pay for gas with cash and on his way back to his vehicle he was confronted by four suspects wearing masks. One of the suspects pushed the victim to the ground and they started to assault him. The suspects were able to get the victim's wallet which contained $600, and the victim was able to escape the assault by getting into his vehicle. The suspects fled in a separate vehicle. Detectives are investigating. On November 9, at 3:46 am, officers were dispatched to a shooting with no injuries that occurred in the area of S 2515t St and Washington Ave S. The victim, who was armed security, had been following a couple of suspects who he suspected were car prowling within the Signature Point Apartment complex. The victim was wearing a uniform and driving a vehicle which was clearly marked as Dauntless Security. After following the suspect vehicle for a short time, someone from the suspect vehicle began to shoot at him. The victim disengaged and was not hit. Detectives are investigating. On November 9, at 7:48 pm, officers responded to a robbery that occurred at the Chevron located at 18015 East Valley Highway. The victim, an employee of the store, was in the back stocking shelves when the suspect entered the store. The 5.6 victim went to the cash register and the suspect pulled out a gun and robbed the store. Detectives are investigating. • On November 10, at 2:28 pm, officers responded to a robbery with a gun at Denny's located at 1246 Central Ave N. The suspects had walked into the restaurant and asked for the bathroom. The victim showed them where it was, and when the suspects returned, they both pointed guns at the victim. They demanded the victim open the cash register and took the money inside. They also demanded to get into their safe, but when they were told co Denny's didn't have one, the suspects ran out the front door. This robbery was also a part of another robbery series, many that ; occurred this day, where the suspects hit in 0 Renton, Tukwila, and King County E jurisdictions. ° • On November 11, at 4:20 am, officers were dispatched to a carjacking at Chandler's a Bay Apartments. The victim had been W communicating with a female for the past r- couple days on social media who asked him a to come to the apartment complex to hook W up. When he arrived, three male suspects ) contacted and assaulted him in the parking L lot taking his keys and vehicle. The victim o was injured and bleeding above his left eye. Des Moines PD located the vehicle on November 12, at 6:00 am. Unfortunately, N the driver of the vehicle evaded capture after fleeing on foot. Detectives are investigating. w • On November 11, at 6:09 am, officers were T dispatched to a robbery at the Subway located at 8433 S 212th St. Two suspects c entered the restaurant and robbed those inside. One of the victims had his wallet .2 taken and the suspects took around $300 from the cash register. The suspects then E fled. Detectives are investigating. U • On November 11, at 9:52 pm, officers responded to a robbery at the Chevron located at 8315 S 212th St. The victim was assisting a customer when two suspects entered the store armed with handguns. One suspect remained at the door pointing his handgun at the clerk. The second suspect went behind the counter and took money from the register along with vape Page 6 of 14 Packet Pg. 9 supplies. Both suspects then fled the area in a vehicle. Detectives are investigating. • On November 13, at 10:02 pm, officers proactively found an Assault 1st degree warrant subject in the 22400 block of 104th Ave SE. The suspect was listed in a King County Sheriff's Office bulletin with a $250,000 warrant. The subject was booked into King County Jail. • On November 13, at 3:19 pm officers responded to an in progress residential burglary in the 25100 block of 116th Ave SE. The homeowner was not on scene but saw security footage of someone kicking in their back door. Three teenaged children were home at the time of the burglary. Officers confirmed entry had been made and made immediate entry to check on the children. The children were found safe, but the suspects were gone. This was the second burglary at this residence since August. Marijuana grow equipment was found in the garage, but no marijuana was found. Detectives are investigating. • On November 14, at 10:29 am, Officers were dispatched to multiple 911 calls; a missing child, someone having kidnapped another's child, and a gun being involved. Officers were able to work through multiple involved and witnesses to reunite a child and interview all involved. Through this it was determined no crime had occurred. • On November 15, at 3:57 am, officers were dispatched to a home invasion robbery that occurred in the 12000 block of SE 209th St. The victims had been asleep when three armed suspects forced entry to conduct the robbery. The suspects targeted money, purses, phones, wallets, airpods, and marijuana. This robbery appeared to match others that occurred in recent months based on the MO and victim demographics. • On November 17, at 12:18 am, officers responded to threats with a weapon at the 7-Eleven located at 10255 SE 2401h St. The suspect came into the store and pointed a handgun at the clerk. The suspect began to demand the keys to his vehicle, but he said he didn't have one. The victim offered for the suspect to take the money from the register, but the suspect continued to 5.B demand his vehicle keys. The clerk ran into the back of the store and called 911. The suspect fled on foot, and then unsuccessfully tried to carjack a customer before running southbound. • On November 17, at 8:06 pm, officers were dispatched to a hold up alarm which turned out to be a robbery at the Chevron located at 15209 SE 272nd St. Two suspects entered the store and one of them pulled a handgun on the clerk demanding money. The suspect with the gun moved closer to the register and when he reached to take a money; the clerk tried to disarm the suspect. The suspect pulled away and again pointed the gun at the victim. The second suspect ran which appeared to ; prompt the suspect with the gun to run L) instead of shooting the clerk. This robbery E matched a robbery that occurred prior in ° the City of Renton. • On November 18, at 12:02 pm, an officer a was flagged down by the victim of a stalking within the Central Flats Apartment V- complex. The female victim requested a assistance with removing an airtag from her vehicle. She told officers about her ex- N husband, what had been occurring and the L extraordinary lengths he had been taking o to stalk her. While searching for the airtag, officers located a spent casing resting on the windshield wipers which the victim was N shocked to see. A tow truck was called to c pick up her vehicle in order to find the E airtag. Detectives are investigating. w • On November 19, at 8:25 pm, officers were T dispatched to a shooting that occurred at a U residence in the 12000 block of SE 214th c St. No one was injured and the suspect(s) m fired at least 13 rounds into the occupied .2 home. Detectives are investigating. • On November 20, at 2:12 am, officers c responded to another home invasion U robbery, this time at a residence located in the 13200 block of SE 273 Ct. The incident involved three suspects, armed with handguns, and targeting marijuana and money. The incident matched the same MO and victim demographics cited above. • On November 20, at 7:16 am, officers were dispatched to a stabbing in the 1200 block of Weiland St. Officers located the victim Page 7 of 14 Packet Pg. 10 5.6 who had been stabbed in the arm. The victim provided vague information about the incident, but claimed he was stabbed near Kent Station. The victim was sent to the hospital for further medical treatment. Detectives are investigating. On November 20, at 11:24 pm, officers were dispatched to a shooting that occurred inside an apartment within the Phoenix Court Apartments. A group of suspects kicked down the apartment door, shot the victim in the ankle, and took his cell phone. Detectives are investigating. On November 21, at 8:27 pm, officers were dispatched to an assault, which was a robbery, at the AMC Theater located at 426 Ramsay Way. The female victim got off the bus, went to a store within Kent Station and was walking home with her purse and groceries when the incident occurred. She was by the parking garage when a male suspect abruptly tried to take her purse without saying anything. When the victim resisted, the suspect hit the victim repeatedly with a handgun across her head causing a laceration. The victim was transported to the hospital for treatment. Detectives are investigating. On November 21, at 10:48 pm, officers were dispatched to a carjacking located within the Benson Village Apartments. The victim was bleeding from the head. The victim's phone and vehicle were taken during the attack, the phone was tracked to the Phoenix Court Apartments and officers recovered the vehicle unoccupied near the leasing office. The victim stated he went to the apartment complex (Benson Village) after meeting someone online, was asked to come to the parking lot, and when he arrived; a male suspect with a handgun assaulted him and took his belongings. Detectives are investigating. On November 22, at 3:36 pm, officers were dispatched to a bank robbery at the US Bank located at 10231 SE 240 St. Upon arrival employees told officers that the suspect came in and robbed the bank. No weapon was seen. They provided officers with a physical description and officers located the suspect across the street with the cash from the robbery. • On November 22, at 4:13 pm, officers were dispatched to a carjacking at iRyde Auto Sales LLC located at 730 Central Ave N. The suspects had taken one of the businesses' vehicles and a shoot-out between the suspects and employees occurred. No injuries were reported. The suspects were seen taking one of their vehicles from their lot and employees gave chase by driving another vehicle also taken from the business lot. The suspects eventually were blocked in traffic by other vehicles and a school bus, so the employees confronted the occupants. When this occurred, someone from within the vehicle began shooting at him so the employee returned fire. The other employee stated he heard gun fire and decided to shoot out the suspect vehicle tires. The stolen vehicle was later recovered unoccupied in the 1100 block of W Meeker St on November 25 and impounded as evidence. Detectives are investigating. • On November 23, at 7:51 while Officers were heading to an unrelated call in the area, a vehicle fled from a collision at Central and Willis. The vehicle temporarily got stuck on the lane dividers at the Burlington Northern tracks and was spinning its wheels in attempt to break free. The vehicle rolled backwards off the tracks just prior to a train passing and was pinned in by two patrol cars. The vehicle continued to attempt to flee, spinning its tires and creating a huge cloud of smoke. The driver was not responding to commands and eventually pepper balls were deployed into the vehicle. The driver attempted to flee on foot but was taken into custody. The vehicle was determined to be stolen and the driver appeared to be seriously impaired by drugs. • On November 23, at 12:22 pm, officers were dispatched to a robbery at Farmer's Insurance located at 419 1st Ave S. They were advised that gunshots were heard, and three subjects were seen running then got into a vehicle and fled the scene. The vehicle they fled in was reported stolen out of Kent. The suspect vehicle pulled up to the victims, got out, and immediately Page 8 of 14 Packet Pg. 11 5.B began to rob them of their belongings at gunpoint. One suspect fired a round into the ground during the process. The suspects took the victims belongs, then ran to their vehicle and fled the area. Officers ended up locating the stolen vehicle a short time later and a pursuit ensued. After several minutes, the vehicle was forcibly stopped, and all three suspects were taken into custody. Three firearms were also recovered. On November 25, at 10:11 am, officers responded to the Safeway located at 13101 SE Kent Kangley Road for a possible DUI. A male had been slumped over the steering wheel for over an hour with drug paraphernalia in his lap. Terminators were placed in front of both front wheels of the vehicle. The driver woke up and refused to comply with officer's commands to exit the vehicle. The driver put the vehicle into drive and drove over both Terminators which deflated his tires. The vehicle fled the parking lot, and a pursuit was authorized based on reasonable suspicion of DUI. The pursuit came to an end after a successful PIT maneuverer was applied. The suspect led officers on a short foot pursuit but was apprehended, arrested and booked into King County Jail for felony eluding and DUI. This arrest is at least his 27th time being arrested by Police. On November 28, at 12:28 pm, officers were dispatched to a suspicious vehicle parked in the front lawn of the reporting party's vacant rental. Officers arrived on scene and saw an adult woman passed out at the wheel with burned foil in her lap. Terminators were placed under all of the tires. The female woke up and sped off down the road with flat tires and collided with a citizen's vehicle near Kent Meridian High School. The suspect driver was taken into custody as she ran into the parking lot of Kent Meridian High School. On November 28, at 6:34 pm, officers were dispatched to a robbery involving a gun at the 7-Eleven located at 18010 East Valley Hwy. The suspect had been dropped off by a white BMW sedan, then contacted the victim after he pumped gas and took the vehicle at gunpoint. The victim left his cell phone in his vehicle, it was tracked to a location in Sea Tac, and a subject matching the suspect's description ran upon seeing police. The suspect evaded capture and the victim's vehicle was recovered. Detectives are investigating. • On November 29, at 12:52 am, officers were dispatched to a shooting at a residence in the 20600 block of 1015t Ave SE. There were 15 adults and children inside the residence when the incident occurred. Approximately five rounds were fired through the living room window and one of the residents thought it might have occurred due to their nephew frequenting the residence after recently being released from juvenile hall. No injuries were reported. Detectives are investigating. • On November 29, at 10:02 pm, officers were dispatched to a robbery at the 7- Eleven located at 18012 West Valley Hwy. The victim was working the front counter when two suspects entered the store. The suspects were armed with firearms and stole the money from the cash register and cigarettes. Officers reviewed the surveillance video and identified the suspect vehicle which was reported stolen out of Renton the day prior. Detectives are investigating. • On December 1, at 7:11 am, officers were dispatched to a commercial burglary at Harbor Freight Tools located at 18128 East Valley Hwy. Officers found that the suspects used a black SUV to ram the door and steal what they could load into the vehicle. Video surveillance was obtained and Detectives are investigating. • On December 2, at 10:34 am officers responded to a reported DV assault involving a man and his 16-year-old nephew who reportedly had threatened his uncle with a knife. Officers were confronted with a convoluted and complex series of accounts for what had happened when they arrived on scene. There had been a long and continuing history of behavioral issues with the 16-year-old. Officers were able to slow down and properly determine probable cause existed for the Uncle, not the child, for assault 4 DV. The uncle was booked into the Kent Jail for DV Assault 4. co c U O U E O N O a a� Page 9 of 14 Packet Pg. 12 • On December 3, at 1:12 am, officers were dispatched to a commercial burglary at C.A.R Firearms located at 6613 S 192"d PI. A vehicle was used to smash in the front window of the business. The owners arrived and did not believe the suspect(s) gained entry to their stockpile of firearms. Detectives are investigating. • On December 3, at 8:17 pm, officers were dispatched to a robbery at the Shell gas station located at 23953 104t" Ave SE. Two masked suspects robbed the victim at gunpoint taking the money from the register and cigarettes behind the counter. Detectives are investigating. • On December 4, at 12:18 pm, officers were dispatched to an attempted auto theft after the vehicle owner found a suspect inside their vehicle altering the ignition with power tools. When confronted by the vehicle owner, the suspect fled on foot. The suspect was located hiding in bushes, safely taken into custody and interviewed. Suspect provided the arresting officer with a full confession and was in possession of the tools used in the theft attempt. • On December 5, at about 9:49 pm, Officers were dispatched to a carjacking at the Highland Green Apartments, 23725 101s' Ave S. The victim had just returned from shopping and had backed into her parking stall. She noticed a gray -colored sedan (possibly a Honda) with no license plates, parked nearby and a male wearing a puffy jacket exiting the front passenger seat. The subject pointed a gun at her and demanded the keys to her vehicle which she provided. The subject could not figure out how to place the vehicle into gear and ordered the victim to assist, which she did fearing she would be shot otherwise. Her vehicle, as well as the gray -colored sedan, left going south on 102nd Ave SE toward SE 240t" St. An extensive area check was conducted without locating the vehicles. Detectives are investigating. Survey • Land Survey field staff are providing staking at Clark Springs, 76t" Ave and for 5.B the 2022 Overlay projects. Staff are also mapping thirteen separate sites for the Railroad Quiet Zone. Office staff are preparing legal descriptions for the Railroad Quiet Zone, King County Water Franchise renewal and the Willis Street and 74t" Ave intersection improvements. • Public Works GIS staff continue updating the storm vault & sewer assets and entering as-builts. Staff have been updating web applications for fire hydrants and supporting Cityworks applications for signs, sewer and sidewalk inspections. a Environmental • S 228th Wetland Mitigation: staff continues a to work on designing the wetland mitigation for this project. First draft of ; mitigation report provided to Design Group 0 for review. Met with the consultant to E discuss project status. Site visit with ° consultant being scheduled to assess the site. ° a • Drainage District #1: City prepared a temporary access agreement with DD#1 for property along Springbrook Creek near Q. S. 192�d St. - being reviewed by the W District. ) • Mayor's Homeless Task force/On-Call Garbage Contract: o o Council allocated $200K for 2023 to cover expenditures related to the UPLIFT program, Signal Tech, and N Adopt-A-Street/Spot efforts. o Staff met with PWO staff to discuss E priority cleanup areas and typical w hotspots to prepare for the Mayor's Homeless Task Force meeting (Wednesday, November 30) where data c and updates were provided. W o The King County/UPLIFT NW partnership litter cleanup program continues to operate with daily cleanups c rotating between four locations U throughout the city. King County and city staff have been meeting 1-2 times a week to iron out details to maximize safety and productivity for the UPLIFT crew. Snowy and icy weather has brought up scheduling questions. ■ The UPLIFT program is looking to recruit more workers and therefore create more teams to clean other Page 10 of 14 Packet Pg. 13 5.6 areas. King County will use those workers to clean areas of unincorporated King County as well. There also may be times when the Kent crew is requested to work areas outside of Kent, at the expense of King County, and only work within Kent 1-2 days a week instead of the current 5 days a week. This is good because it will lengthen the time the crew can be used locally. o Staff continues to work with the property owners who own vacant land along 25t" Ave S in an effort to shorten the road and deter illegal activities in the dead-end area of the street near McSorley Creek. o Staff continues to work with PD and PWO in identifying encampments and updating the SeeClickFix system. o Double checking budgets on encampment cleanup and will readvertise for bid sometime in 2023. • Winterfest Event: the Winterfest event last Saturday was a success. There was a great turnout and many visitors to our booth to learn about pollution prevention. The zero poo picture board was a hit and was a great opportunity to talk to people about cleaning up after their pets. • McElderry Property Demolition: asbestos abatement took place during the week of 11/28. Demolition of the house, barn, and sheds occured week of 12/5. Staff is managing this demolition contract immediately to the east of the Clark Springs water supply facility to remove potential pollutants and help protect the Rock Creek/Clark Springs water supply. Design • Russell & S. 240t" Sidewalks: project advertised 11/15. Bids opened 12/6. One addendum issued 11/30. Apparent low bidder is Active Construction Inc with a bid of $1,943,943. Engineer's estimate is $2,382,735. • Rapid Rectangular Flashing Beacons: 90% review comments received and are being incorporated. Advertisement date shifted to January to complete negotiations with adjacent property owner. • HSIP - Compact Roundabout at 108th/264th S: negotiations with property owners is in progress. Team submitting documents to WSDOT to obligate right-of- way funds for easement procurement. 60% Review comments were due 12/7. • Railroad Quiet Zone: Fencing/ Channelization/Signing Projects: scope of work with commerce has been finalized. Working to complete pre -contract requirements (readiness survey, documentation of site control, insurance, LEED form exemption and completed EO 21-02). Draft DAHP, cultural resource work, completed. Sending to Tribe and others. Coordination with utilities underway. Design and construction to advance quickly and expenditures completed by mid-2023. • 2023 Overlays: early 2023 advertisement. 60% review expected mid -December. Team working to address complete street request by Lake Meridian, funding for rumble strips, and limits of work at S 196th St and SR181. • Willis and 74th intersection improvements: 60% review expected late November. Preparing updated right-of-way plans for submittal to WSDOT early December. Discussed property acquisition with Puget Sound Energy. • Mill Creek/76th Ave S Culvert Replacement: coordination continues with King County Wastewater Treatment Division regarding existing facility located in roadway/fill section. Awaiting finalized CORPS permit. • Mill Creek Re-establishment: Little property: preparing to meet with Mill Creek Middle School staff regarding site stormwater infrastructure. Reviewing utility relocation design agreement. • James Street Storm Improvements: evaluating creek channel location to optimize site and minimize utility conflicts. Construction • West Hill Reservoir: painting crews are blasting the interior preparing for coating. Interior plumbing work within the control building ongoing. Page 11 of 14 Packet Pg. 14 5.B • Lake Fenwick Hypolimnetic Aerator Improvements: start-up and special inspections were done on 12/8. • 76t" Avenue South - North Segment: Work started 11/30, roadway in southbound only condition until further notice. Working on demo and tree removal east side of road. Watermain work began on 12/8. Lumen relocation began on 12/6 ahead of water work. • Prose Kent Station Apartments (425 Novak Lane) - a connection to the existing water main on Central Ave at Novak is scheduled for 12/11. Streets • Street Maintenance performed hot patch repairs on 3rd Ave S, W Meeker St and on Riverview Blvd S, stripped forms, backfilled, prepped for pour and poured new sidewalk on W Meeker St and on S 208t" St, swept and cleaned shoulders on 132nd Ave SE, Russell Rd and at various West Hill locations, repaired concrete for utility repair, stripped forms and backfilled sidewalk on 114t" PI SE and prepared the plows and sanders for the upcoming winter season. • Signs and Markings replaced a sign using the boom truck on Canyon Dr, moved an overhead sign using the boom truck on SE Kent Kangley Rd, repaired a sign on SE 277t" St, submitted locate requests for sign installation on 801" PI S, took readings to measure the reflectivity of signs for retro- reflectivity on SE 240t" St, set bases and replaced signs for retro-reflectivity on Van De Vanter Ave, set bases and installed signs on 80t" PI S, repaired an exit sign at the off ramp on S 2771" St, inspected thermoplastic and raised pavement markers (RPM's) for replacement throughout the City, picked up traffic control from the winter festival event on 2nd Ave S, took inventory of signs and updated in GIS and performed sign maintenance at various locations Citywide. • Solid Waste cleaned up debris in several locations including along Pacific Hwy S, 80t" PI S, SE 256t" St and along 251" Ave S. • Water Vegetation mowed and line trimmed multiple locations such as at Kent Springs, Armstrong Springs, the 212t" treatment plant, the 208t" well site, the West Hill sites, the 3.5 tank, KEHOC and at Clark Springs, including the Clark Springs facility, gallery and cellular tower access road. • Street Vegetation staff cleaned up leaves and debris along Canyon Dr, SE 256t" St, SE 208t" St and along Reith Rd, cleared debris on Central Ave S and along rock walls on SE 2691" St, hedged and cleared debris on SE 226t" St, cleaned up leaves and litter on all planted traffic islands throughout the City, performed stump grinding and met with contractors for tree removals at various locations Citywide and tested backflow assemblies for the Water section. • The Sidearms mowed on S 248t" St, 124t" Ave SE, 116t" Ave SE, 77t" Ave S and on Military Rd S. Crews also assisted the Water Vegetation crew with debris cleaning at various water sites, removed and planted trees along Ramsay Way and at the Blue Boy Pumpstation, removed tree snags on 137t" Ave SE and removed stumps on Central Ave N. • Wetland Mitigation crews worked on planting at the Hytek site and prepared for planting at the Downey site. Water • Water staff have been continuing to work through the distribution system flushing dead end water mains. Fire hydrant repairs continued for hydrants that have been damaged from vehicle accidents and found in need of repair from maintenance operations. Our utility locators have been training on a new locate software that goes live on Monday, December 12t" • Sewer staff have been cleaning lines on the East Hill areas on SE 232nd St between 104t" Ave SE to 116t" Ave SE and on SE 269t" St between 108t" Ave SE to 114th co c U O U 0 N O a a� Page 12 of 14 Packet Pg. 15 5.6 Ave SE. They have also been performing a storm system inspection for the Sound Transit light rail project. Source, Supply and Pumpstations • Source and Supply staff replaced overhead lights at the 212th treatment plant, replaced the heater for the chlorine storage room at Kent Springs, worked on winterizing the pumpstations at various locations Citywide, installed new well #3, tested and placed it online at Kent Springs, repaired the fence at Clark Springs, ordered and replaced the booster pump at Kent Springs, consulted with a contractor on electrical upgrades at Pumpstation #5, checked on the contractor demolition of the McElderry property located east of Clark Springs and pumped out the Pressure Reducing Valve stations at various locations Citywide. • SCADA staff worked with Go-Tek on the programmable logic controller programming at Kent Springs, researched new and/or reprogrammed the level sensors for the 212th hypochlorite tanks, followed up on contracts for the SCADA and Radio upgrade projects, reset hour meters and troubleshot amp meters on the pumps at the Lindental pumpstation, followed up with IT on naming the new servers and prepared for the installation, work on the James St Wonderware programming for the remote control of the Rotork valve, reviewed SCADA contracts with RH2 engineering, tested the analog signals of the Auma valves and control at the 212th treatment plant, installed a new caustic valve controller and reviewed the programming for it at the East Hill well, set up the 30-day power monitoring at Kent Springs Plateau, worked with IT on updating/replicating the new SCADA laptop virtual boxes and worked with Greg from Systems Interface on the programmable logic controller and controls for the James St pumpstation. • Water Quality staff worked on the wellhead data collection and monthly treatment workorders for November and December, compiled the November water treatment reports and submitted them to the Department of Health, collected quarterly disinfection byproduct samples and performed online treatment and offline site and reservoir checks. • Pumpstation crews recalibrated the variable frequency drives and programmable logic controller due to minor glitches at the Lindental sewer pumpstation, prepared the flat top (wet well lid) for removal and replacement, installed an entry switch and prepared new pumps and volute for installation at the Frager Pumpstation and performed wet well cleaning at various locations Citywide. Storm/Sewer/Drainage Vegetation • Storm crews performed pond maintenance at 25219 113th Ave SE, removed graffiti at 12722 SE 223rd Dr, dug a ditch at 26422 127th Ave SE and at 718 E Dean St, removed leaves with Snuffy (the leaf vacuum) on SE 256th St, Canyon Dr, Reith Rd, 132nd Ave SE, Lake Fenwick Rd, Reiten Rd and at 70th Ave S, placed quarry rock at a drain on SE Kent Kangley Rd, cleaned catch basins in preparation for Winter on E James St, S 212th St, SE 256th St and on the bridges on Washington Ave S and E Meeker St, cleaned a culvert end at 10925 SE 259th St, installed an asphalt berm at 24104 41st Ave S, inspected control structures at various locations citywide, worked with signs section to set up the traffic control trailer and organized and prepared for inventory and performed electrical work at the Vactor site. Crews also performed National Pollutant Discharge Elimination System (NPDES) assessing on SE 2361h St, 96th PI S and on 96th Ave S and pumping on S 216th St, 1241h Ave SE and at the WinCo Hill on S 212th St. • Wetland Maintenance worked on split rail fence removal, installation and repairs for Ramstead on 1081h Ave SE, Swan Court on 112th Ave SE and at the holding pond on 137th Ave SE, cleaned up tree debris at Park Meridian on 144th Ave SE and inspected wetlands for transient activity and removed litter as necessary at Birk on S 260th St, Maplewood Grove on 1081h Ave SE, Redondo on 271h Ave S, Signal Electric on 3rd Ave S, 72"d Ave Diversion Channel on 72"d Ave S, Horseshoe Bend on 80th Ave CO c U 0 U E 0 N 0 a a� Page 13 of 14 Packet Pg. 16 5.B S, the 1961h Corridor Wetland on S 1961h St, Swan Court on 112th Ave SE, ShoWare Center on W James St and at the GRNRA bike path and south tower. • Holding Pond crews mowed and line trimmed at LID 336 on S 192nd St, Winsberg Haven on SE 237th PI, Pacific Hwy Pond on 21s' Ct S, Panther Lake #3 on SE 204th St, Ridge at Panther Lake on SE 196th St, the SE 208th Phase 2 on SE 208th St, Springbrook Hill on 122nd PI SE, Aston Crest on SE 197th PI, Laurel Glen on SE 2091h Ct, the S 196th Corridor on S 196th St, Megan's Meadow on SE 234th St, Matheson Park on SE 222nd PI, Misty Meadows on SE 232nd PI, Crown Royal on SE 219th Pl, Schuver Estates on 116th Ave SE, Cedar Park on 117th Ave SE, Gage's Grove on 1251h PI SE, Ferncrest West A on 128th PI SE, Ferncrest West B on 127th Ave SE, Fern Crest Division 1 on 132nd PI SE and at Meridian Glenn on 125th PI SE. Fleet/Warehouse • The Warehouse crew continued to assist with CDL training, maintained the shops yard, keeping it clean and free of litter and debris, cleaned and maintained the wash rack, washed and vacuumed motor pool vehicles, issued personal protection equipment (PPE's) and motor pool vehicles to staff and hydrant meters and public notice boards to contractors, repaired small equipment as needed, received parts and inventory orders, hauled spoils as time and equipment were available and continued to lock and unlock the gates in the employee south parking lot at the beginning and close of the work day. • Fleet staff worked on ordering, receiving and setting up new vehicles, new vehicle builds, mower repairs, received repaired vehicles and sent out damaged vehicles to body shops for repairs, prepared vehicles for auction, built a chipper box for the Parks Department, inspected vehicles for any damages after the snow and ice work on roadways, prepared trucks, sanders and plows for the upcoming winter season and worked on scheduled and non-scheduled maintenance and repairs. Page 14 of 14 Packet Pg. 17 6.A KENT DATE: December 13, 2022 TO: Kent City Council SUBJECT: Public Hearing on a Resolution for the Surplus of The Bridges Wetlands Property — Adopt MOTION: I move to adopt Resolution No. 2053, that declares Sensitive Area Tracts B, I, Y, and TT of the Bridges plat/PUD as surplus. SUMMARY: The Bridges neighborhood is a 155-acre non-contiguous part of Kent located in the Lea Hill neighborhood of Auburn. This neighborhood was created as a plat/Planned Unit Development (PUD) that was approved by the City of Kent and recorded with King County in 2007. It is currently developed with 386 homes and four parcels for future development that are located in the southern portion of the site. Sensitive Area Tracts B, I, Y, and TT of the Bridges plat/PUD were created and dedicated to the City of Kent through recording of the Bridges plat/PUD. Together, the four Sensitive Area Tracts are approximately 59.25 acres. The Sensitive Area Tracts were established to protect wetlands and associated buffers in accordance with Kent's Critical Areas Ordinance that was effective when the Bridges plat and PUD were submitted to the City in 2004. The "Sensitive Areas Tract Easement" recorded on the face of the Bridges plat/PUD contains broad limitations against future development or disturbance of vegetation within these tracts. The Sensitive Area Tracts are no longer needed for City purposes, and declaring the tracts surplus may facilitate potential de -annexation of the Bridges neighborhood by the City of Kent and its annexation to the City of Auburn. While annexations typically transfer ownership of publicly -owned tracts to the receiving city, Auburn does not wish to take ownership of these tracts. The required wetland protection measures and maintenance responsibilities that apply to the tracts will not change if the property is transferred to another entity in the future. Instead, the protections run with the land and will be the obligation of any future owner. At this time, Oakpointe has indicated a willingness to take possession of the Sensitive Area Tracts, if the tracts are declared surplus and the City elects to proceed with a property transfer in the future. BUDGET IMPACT: None. Packet Pg. 18 6.A SUPPORTS STRATEGIC PLAN GOAL: Innovative Government - Delivering outstanding customer service, developing leaders, and fostering innovation. 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. Sustainable Services - Providing quality services through responsible financial management, economic growth, and partnerships. Inclusive Community - Embracing our diversity and advancing equity through genuine community engagement. ATTACHMENTS: 1. Bridges Wetland Surplus (PDF) Packet Pg. 19 6.A.a RESOLUTION NO. 2053 A RESOLUTION of the City Council of the City of Kent, Washington, declaring approximately 59.25 acres of land within The Bridges Planned Unit Development surplus to the City's needs. RECITALS A. The Bridges neighborhood is a 155-acre non-contiguous part of Kent located in the Lea Hill neighborhood of Auburn. It is generally bound to the east by 124th Ave SE, on the west by 118th Ave SE, on the north by SE 288th Street and on the south by SE 304th Street. B. This neighborhood was created as a plat/Planned Unit Development ("PUD") that was approved by the City of Kent and recorded in 2007 under King County Recording Number 20071220000095. It is currently developed with 386 homes and four parcels for future development that are located in the southern portion of the site. C. Sensitive Area Tracts B, I, Y, and TT of the Bridges plat/PUD `i ch were created and dedicated to the City of Kent through recording of the a Bridges plat/PUD ("the Property"). The Property to be declared surplus is depicted in the attached and incorporated Exhibit A. c w a� D. Together, the four tracts that make up the Property total about a� 59.25 acres. L m 1 m The Bridges Wetlands Surplus - E Resolution r r Q Packet Pg. 20 6.A.a E. The Sensitive Area Tracts were established to protect wetlands and associated buffers in accordance with the City of Kent's Critical Areas Ordinance that was effective when the Bridges plat and PUD were submitted to the City in 2004. The "Sensitive Areas Tract Easement" recorded on the face of the Bridges plat/PUD contains broad limitations against future development or disturbance of vegetation within these tracts. F. The Sensitive Area Tracts are no longer needed for city purposes in their entirety. Declaring the property surplus may facilitate potential de -annexation of the Bridges neighborhood by the City of Kent to the City of Auburn. While annexations typically transfer ownership of publicly owned tracts to the receiving city, Auburn does not wish to take ownership of these tracts. G. The required wetland protection measures and maintenance responsibilities will not change if the property is transferred to either a public or private entity, but such limitations will run with the land and be the obligation of any future owner. At this time, Oakpointe has indicated a willingness to take possession of the Sensitive Area Tracts, if the Property is declared surplus. H. RCW 35A.11.010 authorizes the City to convey or otherwise dispose of real property for the common benefit. I. Chapter 3.12 of the Kent City Code requires that the City hold N a public meeting and receive public comment when property is considered a L for surplus. cn c a� 2 m The Bridges Wetlands Surplus - E Resolution r r Q Packet Pg. 21 6.A.a J. After giving timely notice, the City Council held a public hearing on December 13, 2022, at a regularly scheduled City Council meeting and invited comments regarding the City's intention to surplus the Property. K. Staff consulted with the City's State Environmental Policy Act (SEPA) Responsible Official who issued a Determination of Nonsignificance for this action on November 4, 2022. No appeals to this decision were filed. L. Having complied with the applicable procedural requirements to declare the Property surplus, the City Council has determined that it is appropriate and timely to surplus the Property. NOW THEREFORE, THE CITY COUNCIL OF THE CITY OF KENT, WASHINGTON, DOES HEREBY RESOLVE AS FOLLOWS: RESOLUTION SECTION 1. - Recitals Incorporated. The foregoing recitals are incorporated into the body of this resolution and constitute the findings of the Kent City Council on this matter. SECTION 2. - Public's Best Interest. It is in the public's best interest c that the City declare the property surplus, which is the first step needed a� before the Property can be considered for possible transfer to another entity, _ including Oakpointe. If the City were to transfer the Property in the future, ; a it would remain subject to the limitations and protections secured by the 00 plat/PUD's Sensitive Areas Tract Easement. N 7 SECTION 3. - Surplus Declaration. After giving timely notice as required by KCC 3.12.050, a public hearing was held on December 13, 2022, -0 c at a regular meeting of the Kent City Council to evaluate whether the Property depicted in the attached and incorporated Exhibit A should be a� declared surplus. Having given due consideration, the City Council declares -a L m 3 The Bridges Wetlands Surplus - E Resolution r r Q Packet Pg. 22 6.A.a as surplus the Property, depicted in Exhibit A, totaling approximately 59.25 acres in size. SECTION 4. - Corrections by City Clerk. Upon approval of the city attorney, the city clerk is authorized to make necessary corrections to this resolution, including the correction of clerical errors; resolution, section, or subsection numbering; or references to other local, state, or federal laws, codes, rules, or regulations. SECTION 5. - Effective Date. This resolution shall take effect and be in force immediately upon its passage. DANA RALPH, MAYOR ATTEST: KIMBERLEY A. KOMOTO, CITY CLERK APPROVED AS TO FORM: TAM MY WHITE, CITY ATTORNEY M 12/13/2022 Date Approved 12/13/2022 Date Adopted The Bridges Wetlands Surplus - Resolution r Q Packet Pg. 23 6.A.a SE 2 86th St 286th PI SF 288th St 'h St w :90th PI r 3E 294th St 3E 297th,� Auburndale Two Park 'i. IL -IT-- �01 St PI sf. v, a C L D fgg � rd SE 304th St DRAFT pn:ate SEze SE'Z�6th � 7 SE 288th PI J L NK290th PI ` Jacobsen Tree 295tn _•c Farm 4 , Atiburn tiF '- Y60th a y SE 3015t St SE 301st PI N Uj L V � � Q SE 304th St _ LU V) a � y _ JPE 307th PI F - `t Q 308th,o7 Figure 1: Approximate location of Bridges Sensitive Area Tracts B.I Y and TT rn i Cw G t V a Packet Pg. 24 8.A.1 Date: Time: Place: I. KENT WAS M IN G 7 0 N November 15, 2022 5:19 p.m. Chambers CALL TO ORDER Pending Approval City Council Workshop Workshop Regular Meeting Minutes November 15, 2022 Attendee Name AL Bill Boyce Brenda Fincher Satwinder Kaur Title Council President Councilmember Councilmember Status Arrived Present Present Present Marli Larimer Councilmember Present Zandria Michaud Councilmember Present Toni Troutner Councilmember Present Les Thomas Councilmember Mayor Present Present Dana Ralph II. PRESENTATIONS 1 Meet Me on Meeker Chad Bieren 30 MIN. Public Works Director, Chad Bieren presented the Council with an update on the Meet Me On Meeker corridor. Bieren reviewed the segment by segment implementation plan that included projects completed with private, grant and local funding. Bieren talked about the segment that is on the PSRC TAP Contingency list, as well as a WSDOT grant that was applied for and is pending for 2022. Bieren talked about the segment related to the Move Ahead Washington grant, in addition to the Thompson to Interurban Trail section that received a $6M award from the PSRC. Bieren focused on detailing the two options for the segment in front of Kent Elementary. Bieren advised Option #1 (Approved Meeker Street alternate) would be at an estimated cost of $2M, and Option #2 (Meet Me On Meeker Standard) at an estimated cost of $3.5M. The full council expressed their support of moving forward with Option #2 - the Meet Me On Meeker Standard for the section in front of Kent Elementary. Meeting ended at 5:36 p.m. K&mby Ley A. K&m c to - City Clerk Packet Pg. 25 8.A.2 KENT WAS M IN G 7 0 N Date: November 15, 2022 Time: 7:00 p.m. Place: Chambers 1. CALL TO ORDER/FLAG SALUTE Mayor Ralph called the meeting to order. 2. ROLL CALL Pending Approval Kent City Council City Council Regular Meeting Minutes November 15, 2022 Attendee Name _JL Title Status Dana Ralph Mayor Present Bill Boyce Council President Present Arrived Brenda Fincher Councilmember Present Satwinder Kaur Councilmember Present Marli Larimer Councilmember Present Toni Troutner Councilmember Present Les Thomas Councilmember Present Zandria Michaud Councilmember Present 3. AGENDA APPROVAL Council President Boyce moved Consent item 'IT" to Other Business Item "B." A. I move to approve the agenda as amended. RESULT: AWARD [UNANIMOUS] MOVER: Bill Boyce, Council President SECONDER: Les Thomas, Councilmember AYES: Boyce, Fincher, Kaur, Larimer, Troutner, Thomas, Michaud 4. PUBLIC COMMUNICATIONS A. Public Recognition Proclamation for Small Business Saturday Mayor Ralph presented the Proclamation for Small Business Saturday to Kent Downtown Partnership Past President, Samantha Smith. Smith invited the public to participate in Small Business Saturday. ii. Proclamation for Holodomor Remembrance Day Mayor Ralph presented the Proclamation for Holodomor Remembrance Day to Valeriy Goloborodko, member of the Honorary Counsel of Ukraine. Goloborodko accepted the Proclamation and expressed words of appreciation of the Proclamation. Packet Pg. 26 8.A.2 Kent City Council City Council Regular Meeting November 15, 2022 Minutes Kent, Washington iii. Proclamation for Transgender Day of Remembrance Mayor Ralph presented the Proclamation for Transgender Day of Remembrance to Tepatasi Vaina and Adrianna Suluai, from Utopia. Vaina expressed appreciation for the Proclamation. iv. Remembrance Gallery - Japanese American Citizens League Eileen Yamada Lamphere, from the Puyallup Valley Chapter of the Japanese American Citizens League provided information on the Remembrance Gallery that will be built at the Washington State Fairgrounds. Through the creation of the Remembrance Gallery, the Japanese Americans in the White River r Valley, specifically Kent, will be honored and the lessons of their c incarceration will not be lost in the future. 4- 0 V. Appointment to the Civil Services Commission Mayor Ralph recommended appointment of Bruce Weissich to the Civil 0 a Service Commission. Q vi. Reappointment to the Land Use and Planning Board a Mayor Ralph recommended reappointment of Dione Dittmar to the Land Use g and Planning Board. N vii. Recognition of Graduates of the Kent 101 Civics Academy cm Mayor Ralph recognized the recent graduates of the Kent 101 Civics r Academy. > Tracy Taylor expressed appreciation of the 13 graduates and invited the public to sign up for the next Kent 101 that begins in February/March of 2023. B. Community Events Council President Boyce advised of upcoming events at the accesso ShoWare Center. Councilmember Fincher advised of upcoming Spotlight Series Events and the Thanksgiving dinner at the Kent Phoenix Academy on November 191" Councilmember Michaud advised of the Conservation Day event on November 19t" at 9 a.m. at Morrill Meadows Park. C. Public Safety Report Assistant Chief Stansfield presented the Public Safety Report. Mayor Ralph recognized Assistant Chief Matt Stansfield for his recent promotion to Assistant Chief. Stansfield recognized David Kallir for his promotion to Sergeant and Jason Page 2 of 9 Packet Pg. 27 8.A.2 Kent City Council City Council Regular Meeting Minutes Bishop for his promotion to Commander. Stansfield provided brief backgrounds Medalla and Christopher McCallen. swearing ins. November 15, 2022 Kent, Washington on new officers Isaiah Munoz, Travis Mayor Ralph performed the official Stansfield updated the Council on recent Police emphasis at Lowe's Home Improvement that resulted in 11 arrests and at the Fred Meyer on South 240th that resulted in 20 arrests. 5. REPORTS FROM COUNCIL AND STAFF A. Mayor Ralph's Report Mayor Ralph serves as the chair of the Transportation Policy Board the Puget Sound Regional Council. The Council continues to work on climate regarding the Regional Transportation Plan, reviewed the annual report relating to Transit Integration - how transit agencies are working together. Additionally, the Board received a presentation on project tracking. Mayor Ralph serves on the South King County Transportation Policy Board that recently heard from Metro on their Strategic Plan and their dashboard. Mayor Ralph serves on the Regional Policy Committee that received a presentation on the proposed ballot measure for the Crisis Receiving Centers. Mayor Ralph talked about her visit to Martin Sortun Elementary's celebration of Astronaut Audrey Powers. B. Chief Administrative Officer's Report Chief Administrative Officer, Pat Fitzpatrick advised his written report is included in today's agenda packet and there is an Executive Session regarding Collective Bargaining that is expected to last for 20 minutes, with no action following the session. C. Councilmembers' Reports Council President Boyce serves as the chair of the City's Operations and Public Safety and provided a recap of today's agenda items. Boyce serves as the chair of the City Council Workshop and provided an overview of today's presentation on the Meet Me on Meeker project. Councilmember Michaud serves as the Council Liaison for the Kent Human Services Commission that recently discussed the recommendations for the Opportunity Fund. The Commission decided on an interview process and are discussing recommendations. The Commission is also continuing discussion on population -specific programs. Page 3 of 9 Packet Pg. 28 8.A.2 Kent City Council City Council Regular Meeting November 15, 2022 Minutes Kent, Washington Michaud serves as the Chair of the Parks and Human Services Committee and provided an overview of the agenda items from the recent meeting. Councilmember Kaur serves on the King County Domestic Violence Initiative Task Force that received a presentation from "Project Be Free" that provides crises response to individuals affected by domestic violence. Councilmember Troutner serves as the Chair of the City's Economic and Community Development Committee and provided a recap of the recent agenda items. Councilmember Thomas serves on the Puget Sound regional Fire Authority — that will meet on December 7th. 0 L Councilmember Fincher serves as the Chair of the City's Public Works a Committee and provided an overview of the recent agenda items. Q 6. PUBLIC HEARING None. 7. PUBLIC COMMENT Joe Kunzler, a resident of Skagit County provided public comment regarding Mayor Ralph's work on the Puget Sound Regional Council. Megan Henry, a civics student, requested additional street lighting on South 240t" Street. Jayden Phillips, a civics student, requested additional non -denominational homeless shelters. S. CONSENT CALENDAR I move to adopt Consent items A - T. RESULT: MOVER: SECONDER: AYES: APPROVED [UNANIMOUS] Bill Boyce, Council President Les Thomas, Councilmember Boyce, Fincher, Kaur, Larimer, Troutner, Thomas, Michaud A. Approval of Minutes City Council Meeting - City Council Regular Meeting - Nov 1, 2022 5:00 PM B. Payment of Bills - Authorize Page 4 of 9 Packet Pg. 29 8.A.2 Kent City Council City Council Regular Meeting Minutes November 15, 2022 Kent, Washington MOTION: I move to authorize the payment of bills received through 10/31/22 and paid on 10/13/22 and approve the checks issued for payroll 10/16/22 - 10/31/22 and paid on 11/4/22, all audited by the Operations and Public Safety Committee on 11/1/22. C. Accept the South 212th Street Preservation Project - 72nd Avenue South to 84th Avenue South (East Valley Highway) as Complete - Authorize MOTION: I move to authorize the Mayor to accept the South 212th Street Preservation - 72nd Avenue South to 84th Avenue South (East Valley Highway) Project as complete and release retainage to Lakeside Industries, Inc. upon receipt of standard releases from the State and the release of any liens. D. Accept the South 224th Street Wetland Mitigation and Remediation Project as Complete - Authorize MOTION: I move to authorize the Mayor to accept the South 224th Street Projects Wetland Mitigation and Remediation as complete and release retainage to OMA Construction, Inc. upon receipt of standard releases from the State and the release of any liens. E. Appointment to the Civil Service Commission - Confirm MOTION: I move to confirm the Mayor's appointment of Bruce Weissich to fulfill the remainder of the six -year term on the Civil Service Commission that was previously filled by Callius Zaratkiewicz. This term will be effective November 16, 2022 and expire on April 30, 2026. F. Reappointment to the Kent Land Use and Planning Board - Confirm MOTION: I move to confirm the Mayor's reappointment of Dione Dittmar to a second and final three-year term on the Land Use and Planning Board that will end on December 31, 2025. G. Comprehensive Plan Amendment - 2023-2028 Capital Improvement Program - Ordinance - Adopt MOTION: I move to adopt Ordinance No. 4445, amending the Capital Facilities Element of the Kent Comprehensive Plan to include the 2023- 2028 Capital Improvement Program. H. Comprehensive Plan Amendment and Updated Impact Fees - Puget Sound Regional Fire Authority's 2023-2028 Capital Improvement Plan - Ordinance - Adopt Page 5 of 9 Packet Pg. 30 8.A.2 Kent City Council City Council Regular Meeting Minutes November 15, 2022 Kent, Washington MOTION: I move to adopt Ordinance No. 4446, amending the Capital Facilities Element of the Kent Comprehensive Plan by adopting the Puget Sound Regional Fire Authority's 2023- 2028 Capital Improvement Plan, including updating the Fire Impact Fees. I. Comprehensive Plan Amendment - Kent, Auburn, and Federal Way School Districts' 2023-2028 Capital Facilities Plans - Ordinance - Adopt MOTION: I move to adopt Ordinance No. 4447, amending the Capital Facilities Element of the Kent Comprehensive Plan by adopting the Kent, Auburn, and Federal Way School Districts' 2023-2028 Capital Facilities Plans. J. Updated School Impact Fees - Ordinance - Adopt MOTION: I move to adopt Ordinance No. 4448, amending Sections 12.13.160 and 12.13.170 of the Kent City Code to adjust the school impact fee schedules for the Kent, Auburn, and Federal Way School Districts. K. Tax Code Amendments - Ordinance - Adopt MOTION: I move to adopt Ordinance No. 4449, amending sections 3.18.020, 3.28.010, and 3.28.130 of the Kent City Code to revise the fund allocations for tax revenue generated from the City's tax on water, sewer, and drainage utilities, and to remove limitations on the allocation of revenue generated from the City's B&O tax and square footage tax. L. Property Tax Levy Ordinance - Adopt MOTION: I move to adopt Ordinance No. 4450, approving the property tax levy ordinance for the 2023 budget. M. 2023 South King Housing and Homelessness Partners Work Plan and Operating Budget - Authorize MOTION: I move to authorize the Council approve the 2023 South King Housing and Homelessness Partners Work Plan and Operating Budget as adopted by the South King Housing and Homeless Partnership executive board on August 19, 2022. N. Contract with Musco Sports Lighting LLC through King County Directors' Association Purchasing Cooperative for Kent Memorial Park Tennis Court Lighting Repair - Authorize MOTION: I move to authorize the Mayor to contract for the tennis court lighting replacement at Kent Memorial Park in the amount of $184,508.88, including state sales tax, through the cooperative purchasing agreement the King County Directors' Association has with Musco Sports Lighting, LLC. a� c 0 0 L a a Page 6 of 9 Packet Pg. 31 8.A.2 Kent City Council City Council Regular Meeting November 15, 2022 Minutes Kent, Washington O. 2023 Water Treatment Chemical Supply Goods & Services Agreement with Northstar Chemical, Inc - Authorize MOTION: I move to authorize the Mayor to sign the 2023 Water Treatment Chemical Supply Agreement with Northstar Chemical, Inc. for water treatment supply chemicals, in an amount not to exceed $217,520, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. P. King County Flood Control District - Cooperative Watershed Management Grant - Authorize MOTION: I move to authorize the Mayor to sign the King 4- County Cooperative Watershed Management Grant Agreement, in the amount of $289,941, subject to final terms and > conditions acceptable to the Public Works and Parks Directors a and City Attorney. Q Q. Compost Procurement Ordinance - Adopt a MOTION: I move to adopt Ordinance No. 4452, amending g Chapter 3.70 of the Kent City Code to add a new Section 3.70.055 entitled "Procurement of Compost" to comply with a o new state law requiring the City to plan for the use of compost N in its projects. r R. 2022 Asphalt Overlays Traffic Calming Change Order - Z Authorize o MOTION: I move to authorize payment of additional costs in excess of the Mayor's authority for the contract with Lakeside Industries, Inc., to complete the 2022 Asphalt Overlays, including additional traffic calming measures, subject to final terms and conditions acceptable to the Public Works Director and City Attorney. S. 2023 Legislative Agenda - Adopt MOTION: I move to adopt the City of Kent's 2023 state legislative agenda. T. Resolution Against Hate - Adopt MOTION: I move to adopt Resolution No. 2051, which denounces hate, reaffirms Kent's commitment to be a safe, welcome, and equitable community for all, and encourages community members to report discrimination and hate -based crimes. 9. OTHER BUSINESS A. Ordinance Adopting the 2023-2024 Biennial Budget - Adopt Page 7 of 9 Packet Pg. 32 8.A.2 Kent City Council City Council Regular Meeting Minutes November 15, 2022 Kent, Washington Finance Director, Paula Painter provided an overview of the 2023-2024 Biennial Budget. Mayor Ralph expressed appreciation for everyone's work on the budget, as did Council President Boyce. MOTION: I move to adopt Ordinance No. 4451, adopting the 2023-2024 biennial budget. RESULT: MOTION PASSES [UNANIMOUS] MOVER: Bill Boyce, Council President SECONDER: Les Thomas, Councilmember AYES: Boyce, Fincher, Kaur, Larimer, Troutner, Thomas, Michaud B. Independent Salary Commission Ordinance — Adopt City Attorney, Tammy White provided a recap of the Independent Salary Commission Ordinance that was presented to the Operations and Public Safety Committee. Because the Committee did not pass the Ordinance unanimously, this item was placed on Other Business for this Council Meeting. Council President Boyce spoke in support of the motion. Councilmember Troutner spoke in support of the motion. Councilmember Kaur spoke in opposition of the motion. Councilmember Larimer spoke in opposition of the motion. MOTION: I move to adopt Ordinance No. 4454, amending the Kent City Code to establish an Independent Salary Commission to review and set the salaries of the Mayor and members of the City Council. RESULT: MOTION PASSES [5 TO 2] MOVER: Bill Boyce, Council President SECONDER: Les Thomas, Councilmember AYES: Boyce, Fincher, Troutner, Thomas, Michaud NAYS: Kaur, Larimer 10. BIDS A. 2022 Sanitary Sewer Cured -in -Place Pipe Lining Bid - Award Public Works Director, Chad Bieren provided a review of the Sanitary Sewer Cast in Place Pipe Lining Bid and recommended awarding to Instuform, LLC. Page 8 of 9 Packet Pg. 33 8.A.2 Kent City Council City Council Regular Meeting Minutes RESULT: MOVER: SECONDER: AYES: November 15, 2022 Kent, Washington MOTION: I move to award the 2022 Sanitary Sewer Cured - Place Pipe Lining Project to Insituform Technologies, LLC in the amount of $740,289.28 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. MOTION PASSES [UNANIMOUS] Brenda Fincher, Councilmember Satwinder Kaur, Councilmember Boyce, Fincher, Kaur, Larimer, Troutner, Thomas, Michaud 11. EXECUTIVE SESSION AND ACTION AFTER EXECUTIVE SESSION At 8:36 p.m., the Council went into Executive Session At 8:56, the Council reconvened into regular session. A. Collective Bargaining, as per RCW 42.30.140(4)(a)12 12. ADJOURNMENT With no action following Executive Session, Mayor Ralph adjourned the meeting. Meeting ended at 8:56 p.m. KbwLl�,e,rLey A. Ko-vvwto- City Clerk Page 9 of 9 Packet Pg. 34 8.B KENT DATE: December 13, 2022 TO: Kent City Council SUBJECT: Payment of Bills - Authorize MOTION: I move to authorize the payment of bills received through 11/15/22 and paid on 11/15/22; approve the checks issued for payroll 11/1/22-11/15/22 and paid on 11/18/22; approve the payment of bills received through 11/30/22 and paid on 11/30/22; and approve the checks issued for payroll 11/16/22 - 11/30/22 and paid on 12/5/22, all audited by the Operations and Public Safety Committee on 12/7/22. Packet Pg. 35 8.6 Approval of payment of the bills received through: 11/15/22 and paid 11/15/22 Approval of checks issued for Vouchers: Date Document Numbers Amount 11/15/22 Wire Transfers 9449 9472 $2,478,298.99 11/15/22 Regular Checks 765435 765777 $5,310,964.20 11/15/22 Payment Plus 104626 104661 $316,851.67 Void Checks ($25.00) Void Payment Plus ($166,592.32) 11/15/22 Use Tax Payable $3,052.51 Total Accounts Payable: $7,942,550.05 Approval of checks issued for Payroll: 11101/22-11/15/22 and paid 11/18/22 Date Document Numbers Amount 11/18/22 Checks $2,176,570.53 Voids and Reissues $0.00 11/18/22 Ad\,ices FR&P 463469 463476 $5,931.10 Total Payroll: $2,182,501.63 Approval of payment of the bills received through: 11/30/22 and paid 11/30/22 Approval of checks issued for Vouchers Date Document Numbers Amount 11/30/22 Wire Transfers 9473 9484 $2,034,108.04 11/30/22 Regular Checks 765778 766130 $6,147,956.91 11/30/22 Payment Plus 104662 104685 $127,334.78 Void Checks $0.00 Void Payment Plus ($31,421.38) 11/30/22 Use Tax Payable $1,619.94 Total Accounts Payable: $8,279,598.29 Approval of checks issued for Payroll: 11116/22-11/30/22 and paid 12/05/22 Date Document Numbers Amount 12/05/22 Checks $2,923,821.39 Voids and Reissues $0.00 12/05/22 Ad\,ices FR&P 463477 463484 $5,931.10 Total Payroll: $2,929,752.49 Packet Pg. 36 8.B 12/06/22 Operations and Public Safety Committee MOTION PASSES RESULT: MOTION PASSES [UNANIMOUS] Next: 12/13/2022 7:00 PM MOVER: Brenda Fincher, Councilmember SECONDER: Toni Troutner, Councilmember AYES: Boyce, Fincher, Kaur, Larimer, Michaud, Thomas, Troutner Packet Pg. 37 8.0 KENT DATE: December 13, 2022 TO: Kent City Council SUBJECT: Excused Absence for Councilmember Michaud - Authorize MOTION: I move to approve an excused absence for Councilmember Michaud for the December 13, 2022, City Council meeting. SUMMARY: Councilmember Michaud is unable to attend the City Council meeting of December 13, 2022, and has requested an excused absence. BUDGET IMPACT: None. Packet Pg. 38 8.D KENT DATE: December 13, 2022 TO: Kent City Council SUBJECT: Accept the Kent Springs Well #3 Component Replacement and Installation Project as Complete - Authorize MOTION: I move to authorize the Mayor to accept the Kent Springs Well #3 Component Replacement and Installation Project as complete and release retainage to Gary Harper Construction, Inc. upon receipt of standard releases from the State and the release of any liens. SUMMARY: This project included procurement and installation of a new pump, re- installation of a repaired motor, and installation of related appurtenances. The work repaired the well, enabling it to run at full operating capacity. The final contract total paid was $173,604.18 which is $13,764.00 under the original contract amount of $187,368.18. BUDGET IMPACT: The project was paid for using monies from the Water Fund. SUPPORTS STRATEGIC PLAN GOAL: Thriving City - Creating safe neighborhoods, healthy people, vibrant commercial districts, and inviting parks and recreation. Packet Pg. 39 8.E KENT DATE: December 13, 2022 TO: Kent City Council SUBJECT: Accept the 2021 Watermain Replacement Project as Complete - Authorize MOTION: I move to authorize the Mayor to accept the 2021 Watermain Replacement Project as complete and release retainage to Northwest Cascade, Inc. upon receipt of standard releases from the State and the release of any liens. SUMMARY: This project replaced existing watermains on East Titus Street and East Saar Street, along with construction of a new water main on Veterans Drive, just east of Military Road. The contract also included replacement of storm pipe systems, sidewalk curb ramps, pavement and other related work items necessary to restore affected infrastructure. The final contract total paid was $882,876.87 which is $34,383.85 under the original contract amount of $917,260.72. BUDGET IMPACT: The project was paid for using monies from the Water Fund and Drainage Fund. SUPPORTS STRATEGIC PLAN GOAL: Thriving City - Creating safe neighborhoods, healthy people, vibrant commercial districts, and inviting parks and recreation. Packet Pg. 40 8.F KENT DATE: December 13, 2022 TO: Kent City Council SUBJECT: Second Amendment to Interlocal Agreement with Maple Valley for Municipal Court Services — Approve MOTION: I move to authorize the Mayor to sign a contract amendment that extends Kent's interlocal agreement with Maple Valley for municipal court services, for three years, with an option to renew for another three years thereafter, at a cost of $207,856.08 per year, which amount will be adjusted annually by CPI, up to a maximum increase of 50/o per year, subject to final terms and conditions acceptable to the Court Administrator and City Attorney. SUMMARY: The City of Kent has been providing Maple Valley with access to a courtroom and associated municipal court services since 2013. Maple Valley does not own a facility suitable for conducting court proceedings and wishes to extend the interlocal agreement for another three-year term. The Kent Municipal Court is willing and able to continue to provide court services, staff, and probation services as originally agreed. This current contract amendment extends the term of the parties' interlocal agreement for another three years, while also providing an option to renew that agreement for an additional three years thereafter, for a maximum contract term through December 31, 2028. Beginning January 1, 2023, the annual cost for Kent to provide these services to Maple Valley will be $207,856.08. Thereafter, this amount will increase by the CPI- W rate applicable to the Seattle -Tacoma -Bellevue region for the prior 12-month period measured from June -to -June, up to a maximum increase of 5% per year. Maple Valley provides its own judge, prosecutor, and public defenders for all court hearings. BUDGET IMPACT: Revenue of $207,856.08 in 2023; future revenue will be increased by CPI, up to a maximum increase of 5% per year. SUPPORTS STRATEGIC PLAN GOAL: Thriving City - Creating safe neighborhoods, healthy people, vibrant commercial districts, and inviting parks and recreation. Packet Pg. 41 8.F ATTACHMENTS: 1. Second Amendment - Kent Court Services ILA (PDF) 11/15/22 Operations and Public Safety Committee MOTION PASSES RESULT: MOTION PASSES [UNANIMOUS] Next: 12/13/2022 7:00 PM MOVER: Les Thomas, Councilmember SECONDER: Toni Troutner, Councilmember AYES: Boyce, Fincher, Kaur, Larimer, Michaud, Thomas, Troutner Packet Pg. 42 8.F.a INTERLOCAL AGREEMENT BETWEEN THE CITY OF MAPLE VALLEY AND THE CITY OF KENT FOR MUNICIPAL COURT SERVICES SECOND AMENDMENT This Second Amendment (hereinafter "Second Amendment") to the Interlocal Agreement Between the City of Maple Valley and the City of Kent for Municipal Court Services (hereinafter "Agreement") is made and entered into by and between the City of Maple Valley ("Maple Valley"), a municipal corporation in the State of Washington and the City of Kent ("Kent"), a municipal corporation in the state of Washington, collectively the ("Parties"). WHEREAS, the Parties entered into the Agreement which took effect on January 1, 2015; and WHEREAS, the Agreement expired on January 1, 2018, and the Parties executed Amendment No. I extending the Agreement for an additional term through December 31, 2020, with an option to extend an additional three years through December 31, 2022 upon written agreement; and WHEREAS, the Parties would like to execute Amendment No. 2 extending the Agreement for an additional three-year term expiring December 31, 2025 and making other minor Amendments to become effective at the beginning of the new term of the Agreement; NOW, THEREFORE, in consideration of the terms and provisions set forth below, it is mutually agreed by and between Maple Valley and Kent as follows: A. Amendment of Section 4 of Agreement. Section 4 of the Agreement is deleted and replaced by the following: 4. Fees. 4.1. Flat Fee. In consideration of the services and supplies enumerated in Sections 2 and 3, supra, Maple Valley shall remit to Kent $207,856.08_annually, to be paid on a monthly basis at the rate of $17,321.34 each month. The annual rate is based upon the following estimates of case filings: The Parties agree that for any month in which there are filed more than 333 cases (either criminal cases, infractions, or a combination of both), Maple Valley will pay Kent an additional $4,751.00 over and above the monthly rate of $17,321.34. On January 1, 2024, the fees set forth in Section 4.1 shall be subject to an annual inflator in an amount equal to the 12-month June -to -June CPI-W for the Seattle -Tacoma -Bellevue region, PROVIDED THAT the total annual payment for 2024 shall not exceed 105% of the total annual payment for the 2023 contract SECOND AMENDMENT Interlocal Agreement for Court Services Between City of Kent and City of Maple Valley Page 1 of 3 Packet Pg. 43 8.F.a period. On January 1, 2025, the 2024 annual payment shall be subject to an annual inflator in an amount equal to the 12-month June -to -June CPI-W for the Seattle - Tacoma -Bellevue region, PROVIDED THAT the total annual payment for 2025 shall not exceed 105% of the total annual payment for the 2024 contract period. 4.2. Other Fees and Costs. Kent shall be responsible to pay the following fees and other costs (which costs are not included in the Flat Fee) and invoice Maple Valley monthly for reimbursement of those costs and fees: a. Witness fees; b. Jury fees and juror summons' fees; C. Language interpreter fees; d. Cost of printing forms used only by the Maple Valley Court All other costs not specifically enumerated in Section 4.2 are subsumed in the Flat Fee set forth in Section 4.1. B. Amendment of Section 9 of Agreement. Section 9 of the Agreement is deleted and replaced with the following: 9. Effective Date - Duration. This Agreement shall be in effect from January 1, 2023 through December 31, 2025; provided, this Agreement may be extended for up to three additional years by written agreement of the Chief Administrative Officer of Kent and the City Manager of Maple Valley. C. Remainder of Agreement to Remain in Effect. The remainder of the Agreement shall remain in full force and effect unless further amended by written agreement of the parties. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed. CITY OF MAPLE VALLEY Laura K. Philpot, City Manager Dated: ATTEST: Andrew Daucaq, City Clerk Dated: SECOND AMENDMENT Interlocal Agreement for Court Services Between City of Kent and City of Maple Valley Page 2 of 3 CITY OF KENT Dana Ralph, Mayor Dated: ATTEST: Kim Komoto, City Clerk Dated: Packet Pg. 44 8.F.a Approved as to Form: Patricia Taraday City Attorney Dated: Stephen Rochon Maple Valley Court Judge Dated: SECOND AMENDMENT Interlocal Agreement for Court Services Between City of Kent and City of Maple Valley Page 3 of 3 Approved as to Form: Tammy White City Attorney Dated: Michael Frans Kent Municipal Court Presiding Judge Dated: Packet Pg. 45 8.G KENT WASH IN G T O N DATE: December 13, 2022 TO: Kent City Council SUBJECT: Consultant Services Agreements with Protingent, Inc., TEKsystems, Inc., and Affirma, LLC - Authorize MOTION: I move to authorize the Mayor to sign Consultant Services Agreements with Protingent Inc., TEKsystems, Inc., and Affirma, LLC., in a collective amount not to exceed the $2.2 Million budget established for all Information Technology temporary service contracts through December 31, 2024, subject to final terms and conditions acceptable to the IT Director and City Attorney. SUMMARY: The City's Information Technology Department ("IT Department") contracts with a number of employment agencies to retain temporary workers, on an as -needed basis, to support many of the City's technology projects and service needs. From January 1, 2023 through December 31, 2024, the City is seeking to hold agreements with Protingent Inc., TEKsystems, Inc., Robert Half International, Inc., and Affirma, LLC. The City's IT Department seeks Council approval to enter into new contracts with said agencies so long as the costs associated with those contracts can be paid for within budgets established and authorized by Council for the 2023 and 2024 biennium in an amount not to exceed $2,200,000.00. The City will pay the Consultant, based on time and materials, for services provided under the term of this agreement. IT will monitor fees charged in relation to this collective budgeted amount to ensure the amounts paid to all employment agencies for temporary workers does not exceed the budgeted amounts approved by Council. BUDGET IMPACT: Description cost impact 2023 and 2024 Operating and Capital Budget $2,200,000.00 ATTACHMENTS: 1. City of Kent 2. City of Kent 3. City of Kent - Consultant Services MSA - Protingent (PDF) - Consultant Services MSA - TEKsystems (PDF) - Consultant Services MSA - Affirma (PDF) Packet Pg. 46 8.G 11/15/22 Operations and Public Safety Committee MOTION PASSES RESULT: MOTION PASSES [UNANIMOUS] Next: 12/13/2022 7:00 PM MOVER: Satwinder Kaur, Councilmember SECONDER: Toni Troutner, Councilmember AYES: Boyce, Fincher, Kaur, Larimer, Michaud, Thomas, Troutner Packet Pg. 47 1 4#.* ��. 4 KENT WAs,I NGTON CONSULTANT SERVICES AGREEMENT between the City of Kent and Protingent, Inc. 8.G.a THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Protingent, Inc., authorized to conduct business in Washington, and located and doing business at 11235 SE 6t" Street, Suite 220, Bellevue, WA 98004 (hereinafter the "Consultant"). I. DESCRIPTION OF WORK. Consultant shall perform the following Services for the City in accordance with the following described plans and/or specifications: Supplemental staffing and recruiting services on a time and material basis, under the technical direction and supervision of City, and talent acquisition and executive search services on an on -call, as -needed basis as determined by the City ("Services"). The specifics of the services provided will be confirmed in a Job Arrangement Letter, in a form substantially similar to that attached and incorporated as Exhibit C, which will confirm details of the assignment of Consultant's Assigned Individual as further specified herein. The Job Arrangement Letter acknowledges that the assignment is under the terms of a signed agreement between the parties. U) Consultant represents and warrants that the Services furnished under this Agreement will be ro- performed in a good and workmanlike manner and consistent with generally accepted professional recruiting .. practices within the Puget Sound region in effect at the time those Services are performed. Consultant ;° further represents and warrants that its representatives assigned to perform Services for City shall be fully M qualified, experienced, and technically trained and shall perform the services in a reasonably cost-efficient, manner. For any breach of this warranty, Consultant shall not charge the City for the first forty (40) hours worked by Consultant's Assigned Individual for the unsatisfactory services. c 0 Contractor represents and warrants that it has the personnel, expertise and corporate infrastructure a available to support the design, delivery, and implementation of each deliverable and meet any milestones Q and/or deadlines imposed by this Agreement, as well as performing the Services described herein in accordance U) with the terms and conditions of this Agreement. This provision is intended to provide assurance to the City that Contractor has the talent pool available that is capable of performing as this Agreement requires, and that Contractor will use its best efforts to locate personnel whose skillset—technical, professional, and interpersonal —meet the City's needs and desires. r c II. TIME OF COMPLETION. This Agreement will become effective on the date it is fully signed cc by the parties and will continue through 12/31/2024 ("Initial Term"). The parties agree that work will begin ) on the tasks described in Section I above immediately upon the effective date of this Agreement. The parties or - may agree to extend this Agreement for successive one (1) year terms, which extensions will be authorized v through an Amendment to this Agreement ("Renewal Term"). as III. COMPENSATION. w 0 A. The City shall pay the Consultant, based on time and materials for Services provided under v this Agreement during its Initial Term and each Renewal Term exercised by the City and agreed upon by the Consultant. The Kent City Council has established an overall budget of E $2,200,000.00 for a// temporary staffing and placement of IT professionals provided by E Consultant, and others retained by the City to provide similar work, through the year 2024, and City staff is not authorized to approve any work beyond that budgeted amount. The City a CONSULTANT SERVICES AGREEMENT - 1 (Over $20,000) Packet Pg. 48 8.G.a will monitor fees charged in relation to that collective budgeted amount, and if Services provided by Consultant and others will cause the City to exceed that budgeted amount, the City will either seek additional approval through a contract amendment authorized by the Mayor or Council as the Kent City Code may require or terminate Consultant's services as provided for in this Agreement. Consultant acknowledges and understands that it is not the City's exclusive provider of these services but is instead one of several Consultants who have been retained to provide temporary staffing and placement services. The City maintains its unqualified right to obtain these services through other sources. This Agreement is for on -call and as -needed services, the need for which is determined in the City's sole judgment and discretion. The Consultant's billing rates will be negotiated at the time an Assigned Individual is assigned and that agreed billing rate will be provided for on the Assigned Individual's timesheet. If applicable, overtime will be billed at 1.5 times that rate. The temporary worker Consultant assigns to perform work under this Agreement ("Assigned Individual") will submit either an electronic time record or a time sheet for City's verification and approval at the end of each week. The signing of a weekly timesheet by an authorized City representative shall constitute acceptance of the hours claimed to have been performed. B. The Consultant shall submit weekly payment invoices to the City for work performed, and a final bill upon completion of all services described in this Agreement. The City shall provide payment within thirty (30) days of receipt of an invoice. If the City objects to all or any portion of an invoice due to billing or invoicing errors, it shall notify the Consultant and reserves the option to only pay that portion of the invoice not in dispute until any such dispute is settled by the parties. In that event, the parties will immediately make every effort to settle the disputed portion. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor - Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in ;° accordance with Ch. 51.08 RCW, the parties make the following representations: M A. The Consultant has the ability to control and direct the performance and details of its work as a recruiting firm, the City being interested only in the results obtained under this Agreement. c 0 L B. The Consultant maintains and pays for its own place of business from which Consultant's a placement services under this Agreement will be performed. Q C. The Consultant has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Consultant's services, or the Consultant is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. cn D. The Consultant is responsible for filing as they become due all necessary tax documents with r c +° appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. 0 E. The Consultant has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Consultant's business Y and has obtained a Unified Business Identifier (UBI) number from the State of Washington if c applicable to Consultant. U F. The Consultant maintains a set of books dedicated to the expenses and earnings of its business. V. CITY PROPERTY. City and Consultant agree and understand that the work performed hereunder is "Work for Hire." If for any reason work does not constitute "Work for Hire," Consultant hereby a assigns all copyrights therein to the City effective as of the date(s) such materials had been created. CONSULTANT SERVICES AGREEMENT - 2 (Over $20,000) Packet Pg. 49 8.G.a Consultant agrees to sign and deliver any documentation that may be reasonably required by the City to effectuate the foregoing assignment. Consultant shall at all times protect City's property from injury or loss arising in connection with this Agreement. If provided access, either locally or via remote access, to City's network, Consultant shall prevent loss of system files and data on City's servers due to the negligent, reckless, or willful misconduct of Consultant or its Assigned Individual. Consultant shall treat as confidential all information related to remote access, including instructions, user IDs, and passwords. In no case shall Consultant allow a third party (i.e. not employed by Consultant) to remotely connect to City's network. VI. SECURITY. Given the nature of the services provided, Consultant must make every reasonable effort to protect City systems and data from improper access. In no case shall any employees. agents, representatives and/or subcontractors of Consultant, including the Assigned Individual, have access to City passwords, accounts, records or data files without prior written approval from the City. For security purposes, Assigned Individuals shall be subject to all lawful background investigations, including without limitation criminal conviction background investigations, as may be reasonably required by the City. At the direction of City, Consultant shall do all things necessary or appropriate to facilitate the background checks including but not limited to obtaining permissions or written waivers from the Assigned Individual, and/or contracting with a third party to perform the background checks per City's specifications. VII. PROJECT TEAM. A. Assignment of Assigned Individual to Project Team. Consultant understands that the Assigned Individual works as part of the City's project team, and as such, once assigned, the Assigned Individual is essential to the services offered pursuant to this Agreement. Therefore, the parties agree that: Consultant will not transfer or reassign such Assigned Individual without the express written agreement of City; and should such Assigned Individual no longer be employed during the term of this Agreement by Consultant for whatever reason, City shall have the right to request a specific replacement. In addition, the City reserves the right to request reassignment of any Assigned Individuals if the City, in good faith, believes such individual does not meet performance/qualification standards established by the City. Consultant guarantees the City's satisfaction with the services provided by the Assigned Individual by extending a one - day (8 hour) guarantee period. If, for any reason, the City is dissatisfied with the services provided by the Assigned Individual, Consultant will not charge for the first 8-hours worked, provided (1) the City contacts Consultant within those first 8 hours to report its dissatisfaction, and (2) the City consents to Consultant replacing the Assigned Individual. B. Right of City to Reject Assigned Individual. City shall have the right to reject any Assigned Individual whose qualifications or performance in the City's good faith and reasonable judgment does not meet the standards established by City as necessary for the performance of the services or does not meet prescribed IT department policy, standards, procedures and guidelines, attached and incorporated as Exhibit A. Such notice shall be provided in writing to the designated location for receipt of notices. Upon receipt of notice, Consultant shall verify receipt of notice and shall meet with City to discuss the problem; and is then responsible for replacing rejected Assigned Individuals and should do so within ten (10) business days from the date of the meeting unless otherwise agreed upon in writing. VIII. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. After termination, the City may take possession of all records and data within the Consultant's possession pertaining to this project, which may be used by the City without restriction. IX. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any subcontract, the Consultant, its subcontractors, or any person acting on behalf of the Consultant or subcontractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Consultant shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. a CONSULTANT SERVICES AGREEMENT - 3 (Over $20,000) Packet Pg. 50 8.G.a X. INDEMNIFICATION. Consultant shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Consultant's negligent performance of the Services under this Agreement, except for that portion of the injuries and damages caused by the City's negligence, gross negligence, or willful misconduct. The City's inspection or acceptance of any of Consultant's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, agents and volunteers, the Consultant's duty to defend, indemnify, and hold the City harmless, and Consultant's liability accruing from that obligation shall be only to the extent of the Consultant's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONSULTANT'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Consultant refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Consultant's part, then Consultant shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Consultant's part. Other than when necessary for Consultant to fulfill its indemnification responsibilities with respect to third parties, under no circumstances shall either party be directly liable to the other for indirect, ;° consequential, or punitive damages whether arising in contract, tort or otherwise. M The provisions of this section shall survive the expiration or termination of this Agreement. c XI. INSURANCE. The Consultant shall procure and maintain for the duration of the Agreement, o insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. a Q XII. EXCHANGE OF INFORMATION. The City will provide its best efforts to provide reasonable accuracy of any information supplied by it to Consultant for the purpose of completion of the work under this Agreement. XIII. OWNERSHIP AND USE OF RECORDS AND DOCUMENTS. Original documents, drawings, in designs, reports, or any other records developed or created by the Assigned Individual under this Agreement shall belong to and become the property of the City. 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 ro- under the Public Records Act. . XIV. CITY'S RIGHT OF INSPECTION. Even though Consultant is an independent contractor with r c Y the authority to control and direct the performance and details of Consultant's work as a recruiting firm c authorized under this Agreement, the Assigned Individual's work must meet the approval of the City and shall be subject to the City's general right of inspection to secure satisfactory completion. City shall provide the Assigned Individual providing services to City with day-to-day oversight and direction. a� XV. WORK PERFORMED AT CONSULTANT'S RISK AND JOB LIMITATIONS. The City agrees E that it will provide safe on -site working conditions. Consultant shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of any contract a work off -site and shall utilize all protection necessary for that purpose. All off -site work shall be done at CONSULTANT SERVICES AGREEMENT - 4 (Over $20,000) Packet Pg. 51 8.G.a Consultant's own risk, and Consultant shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. The City agrees that it will not permit or require Consultant's Assigned Individual: (i) to perform services outside of the scope of his or her assignment; (ii) to sign contracts or statements; (iii) to make any final decisions regarding system design, software development or the acquisition of hardware or software; (iv) to make any management decisions; (v) to sign, endorse, wire, transport or otherwise convey cash, securities, checks or any negotiable instruments or valuables; (vi) to use computers, or other electronic devices, software or network equipment owned or licensed by the Assigned Individual; or (vii) to operate machinery (other than office machines) or automotive equipment. XVI. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non -Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section X of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at a the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written c notice hereunder shall become effective three (3) business days after the date of mailing by registered or o certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this a 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. cn r c F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement +° shall be binding unless in writing and signed by a duly authorized representative of the City and Consultant. 0 G. Entire Agreement. The written provisions and terms of this Agreement, together with any v 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 Y or altering in any manner this Agreement. All of the above documents are hereby made a part of this c 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. L) H. Compliance with Laws. The Consultant agrees to comply with all applicable federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to = Consultant's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. a CONSULTANT SERVICES AGREEMENT - 5 (Over $20,000) Packet Pg. 52 8.G.a I. Public Records Act. The Consultant acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Consultant in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Consultant agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. 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. L. Background Checks. If City requires Consultant to perform background checks or other placement screenings of Consultant's Assigned Individuals, City agrees to notify Consultant prior to the start of services under this Agreement. Consultant will conduct such checks or screenings only if they are described in a signed, written amendment to this Agreement. If City requests a summary copy of the results of any checks conducted on Consultant's Assigned Individuals, City agrees to keep such summary results strictly confidential and to use such results in accordance with applicable laws and solely for employment purposes. M. Confidentiality to the Extent Allowed by Law. City agrees to hold in confidence the identity of any Assigned Individual and the Assigned Individual's resume, social security number, and other legally protected personal information, and the City agrees to implement and maintain reasonable security procedures and practices to protect such information from unauthorized access, use, modification or disclosure, unless disclosure is required by law. N. Conversion of Assigned Individual to City Employee. City may not directly or indirectly, for itself, or on behalf of any other person, firm, corporation or other entity, whether as principal, agent, employee, stockholder, partner, member, officer, director, sole proprietor, or otherwise, solicit, participate c in or promote the solicitation of any Assigned Individual to leave the employ of Consultant, or hire or engage o any Assigned Individual who has not completed a minimum of six (6) months of continuous assignment to a the City under this Agreement. However, if any Assigned Individual has been assigned to the City for at Q least six (6) months, then City may employ or otherwise professionally engage that Assigned Individual without any financial compensation or liquidated damages owed to Consultant. m m c O U r c w O U O E t ca Q CONSULTANT SERVICES AGREEMENT - 6 (Over $20,000) Packet Pg. 53 8.G.a O. Remote Work. The City may authorize an Assigned Individual to work remotely off -site, away from a City location. City is aware that the remote work location is not a Consultant location and is not a site managed by Consultant. In such event, City shall provide the Assigned Individual with hardware (if applicable), software, and network connectivity (such as a secure Virtual Private Network) to perform the Services remotely and shall be responsible for ensuring any City -provided hardware, software, and network meet City security obligations and measures. At no time will Consultant or its Assigned Individual be storing City's data on Consultant's equipment. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. CONSULTANT: xxx By: (signature) Print Name: Its (title) DATE: NOTICES TO BE SENT TO: xxx: Address xxx: ( ) (telephone) ( ) (facsimile) CITY: City of Kent By: (signature) Print Name: Dana Ralph Its Mavor DATE: ATTEST: Kent City Clerk APPROVED AS TO FORM: Kent Law Department NOTICES TO BE SENT TO: CITY OF KENT: ITA@kentwa.gov City of Kent 220 Fourth Avenue South Kent, WA 98032 (253) 856-4600 (telephone) (253) 856-4700 (facsimile) a CONSULTANT SERVICES AGREEMENT - 7 (Over $20,000) Packet Pg. 54 8.G.a DECLARATION CITY OF KENT NON-DISCRIMINATION POLICY The City of Kent (City) is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors, consultants, vendors, and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The City of Kent and its contractors are subject to and will comply with the following: Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); 49 C.F.R. Part 21 (entitled Non-discrimination in Federally Assisted Programs Of The Department Of Transportation -Effectuation Of Title VI Of The Civil Rights Act Of 1964); 28 C.F.R. section 50.3 (U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil Rights Act of 1964). • Ch. 49.60 RCW (Washington Law Against Discrimination) The preceding statutory and regulatory cites hereinafter are referred to as "the Acts and Regulations" The following statements specifically identify the requirements the City deems necessary for any contractor, subcontractor, or supplier on this specific Agreement to adhere to. An affirmation of all of the following is required for this Agreement to be valid and binding. If any contractor, subcontractor, or supplier willfully misrepresents themselves with regard to the directives outlined below, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement. The statements are as follows: a� c 1. I have read the attached City of Kent administrative policy number 1.2. o a 2. During the time of this Agreement, I will not discriminate in employment on the basis of sex, race, Q color, national origin, age, or the presence of all sensory, mental or physical disability. N 3. During the time of this Agreement I, the prime contractor, will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. m 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion c of women and minorities. 5. During the performance of this contract, the contractor, for itself, its assignees, and successors in v interest (hereinafter referred to as the "contractor") agrees as follows: , r c A. Compliance with Regulations: The contractor, subcontractor, consultant, vendor, and Y supplier (hereinafter "Contractor") will comply with all Acts and the Regulations relative to c non-discrimination, including those applicable to Federally -assisted programs of the U.S. Department of Transportation, State -assisted programs through the Washington State v Department of Transportation, and generally under Washington's Law Against +: Discrimination, Ch. 49.60 RCW, as they may be amended from time to time, which are E herein incorporated by reference and made a part of this contract. c� B. Non-discrimination: The contractor, with regard to the work performed by it during the a contract, will not discriminate on the grounds of race, color, or national origin in the EEO COMPLIANCE DOCUMENTS - 1 Packet Pg. 55 8.G.a selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or 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. C. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, 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 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. D. Information and Reports: The contractor will provide all information and reports required by the Acts and Regulations and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined applicable to contractor's contract by the City or the Washington State Department of Transportation to be pertinent to ascertain compliance with such Acts and Regulations and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the City or the Washington State Department of Transportation, as appropriate, and will set forth what efforts it has made to obtain the information. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the non-discrimination provisions of this contract, the City will impose such contract sanctions as it or the Washington State Department of Transportation may determine to be appropriate, including, but not limited to: 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. F. Incorporation of Provisions: The contractor will include the provisions of paragraphs (A) through (F) above in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts and Regulations and directives issued pursuant c thereto. The contractor will take action with respect to any subcontract or procurement as o the City or the Washington State Department of Transportation may direct as a means of a enforcing such provisions including sanctions for noncompliance. Provided, that if the Q contractor becomes involved in, or is threatened with litigation by a subcontractor, or N supplier because of such direction, the contractor may request the City to enter into any litigation to protect the interests of the City. In addition, the contractor may request the c, United States to enter into the litigation to protect the interests of the United States. 6. During the performance of this contract, the contractor, for itself, its assignees, and successors in c interest agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: c 0 U Pertinent Non -Discrimination Authorities: as Y i. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits o discrimination on the basis of race, color, national origin); and 49 CFR Part 21. ii. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 L) U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been a acquired because of Federal or Federal -aid programs and projects); E iii. Federal -Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); a EEO COMPLIANCE DOCUMENTS - 2 (Over $20,000) Packet Pg. 56 8.G.a iv. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; V. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); N vi. Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, L z (prohibits discrimination based on race, creed, color, national origin, or sex); Q vii. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and c Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or 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 .9 funded or not); a viii. 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, 3 r places of public 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; m ix. The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); a X. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority N Populations and Low -Income Populations, which ensures Non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high in and adverse human health or environmental effects on minority and low-income populations; r xi. Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes c discrimination because of Limited English proficiency (LEP). To ensure compliance with Title v VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); LO M xii. 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). xiii. Washington Law Against Discrimination (Ch. 49.60 RCW) S 8. The submission of the final invoice for this contract will constitute a reaffirmation that the preceding statements were complied with during the course of the contract's performance. By signing below, I agree to fulfill the five requirements referenced above. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 (Over $20,000) Packet Pg. 57 8.G.a CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: October 20, 2022 SUBJECT: INCLUSIVE CONTRACTING POLICY: SUPERSEDES: January 1, 1998 APPROVED BY Dana Ralph, Mayor Equal employment opportunity and non-discrimination in contracting requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants, and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Further, all contractors, subcontractors, consultants, suppliers, grantees, or subgrantees of the City, regardless of the value of the Agreement, are required to sign the City's Non -Discrimination Policy Declaration, prior to commencing performance. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to coordinate with the City's Title VI coordinator and perform the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. Q EEO COMPLIANCE DOCUMENTS - 4 (Over $20,000) Packet Pg. 58 8.G.a KENT Number: ITP 3-01 Subject: Information Technology Personnel Policy Exhibit A Effective Date: Supersedes: Previous IT Personnel Policies Approved: Purpose This document describes personnel policies that are specific to IT staff members. City of Kent HR personnel policies are predominant on details that are not addressed on this policy. 2. Scope This policy applies to all IT staff members for whom there are specific department rules not specified in the City of Kent HR Personnel Policy manual. 2.1. Collective Bargaining Agreements Employees covered by collective bargaining agreements or Civil Service Rules will be subject to the specific terms of those agreements and rules. In the event a collective bargaining agreement or the Civil Service Rules do not contain language regarding personnel policies as specified in this document, then those employees will be governed by this policy. 2.2. Authority This policy is written by the Information Technology (IT) Department, under the authority of the IT M Director and in compliance with the City's employment policies, and it supersedes all previous versions of the IT Personnel Policy. The City of Kent Employee policies shall govern all questions concerning the construction, validity and interpretation of this policy. Any exceptions to this policy must be approved in advance by the City IT Director. c L a. 2.3. References Q City of Kent Personnel Policies N New IT Employee Cheat Sheet m 3. Policy 3.1. Daily Operations cn 3.1.1. Core Hours Unless covered by collective bargaining agreements, vendor contracts, or otherwise authorized by S the IT Director, manager and/or supervisor and documented within a personnel file, all IT department personnel must adhere to core working hours, which are 8:00 AM to 5:00 PM Monday v through Friday. If an employee anticipates being more than 15 minutes late for work or absent due to sickness they must notify their manager or supervisor using a previously agreed upon method (text Y message, call, email). w G 3.1.2. Flexible Working Hours v IT Department employees may request alternative work schedules pursuant to the City's Personnel Policy 2.16, Alternative Work Schedule. Eligibility is determined by the employee's direct E supervisor, IT management, or Human Resources Director based on the department's needs and its ability to accommodate the alternative schedule. a INFORMATION TECHNOLOGY PERSONNEL POLICY- 1 Exhibit A Packet Pg. 59 8.G.a 3.1.3. Telecommuting A temporary telecommuting schedule accommodation can be put into place with the approval of the IT Director, manager and/or supervisor. Additional time reporting requirements may be instituted to ensure proper accountability. 3.1.4. Overtime Any request for overtime hours/work needs to first be approved by an employee's manager or supervisor. Approval must be sought by the employee and provided by the supervisor or manager in writing (email, captured text message, etc.) prior to the overtime work being performed. Managers, supervisors and employees are expected to keep copies of the "in -writing" approvals of overtime for audit, timekeeping, time -entry, and historical purposes. 3.1.5. Vacation Requests Requests for vacation time need to be approved in advance by an employee's manager or supervisor. Approval must be sought by the employee and provided by the supervisor or manager in the JDE system prior to the vacation being taken. Managers and supervisors are responsible for maintaining adequate levels of service and therefore reserve the right to decline vacation requests if needed. 3.1.6. Holiday Observance Unless otherwise authorized by the IT Manager and/or Director, in the event of an emergency, all departmental staff and contractors are required to observe all City established holidays and closed office notices. 3.2. Supplies and Assets Employees shall be provided with the tools required to perform their job duties as specified on their job description, as well as additional tools at the discretion of the IT Director, manager, or supervisor. 4. Standards 4.1. Performance The IT Department focuses on delivering services to the City. To provide a reliable, high -quality level of service, IT employees may occasionally be assigned with activities beyond those explicitly stated in job descriptions, contracts, or statements of work. Such activities are defined and delegated at the discretion and interpretation of the IT Director, manager, or supervisor. 4.2. Calendar Usage All IT employees must grant read-only access to their Outlook calendars to all IT divisions. This allows other users to optimally plan out their meetings, improves communication and efficiency, and saves time by eliminating the time spent going back -and -forth with them trying to pick the perfect date and time. Any appointments that contain sensitive or personal information can be marked as "private" by the G U user. r c 5. Revision History Y w Date Revision Supersedes Summary of ChangesG 11/29/2018 1.0 - Initial creation v 1/28/2019 1.1 1.0 Added Collective Bargaining Agreements paragraph r_ 5/16/2019 1.2 1.1 Approved by IT Management Team E c� a INFORMATION TECHNOLOGY PERSONNEL POLICY- 2 Exhibit A Packet Pg. 60 8.G.a 6. Inquiries Direct inquiries about this policy to: Information Technology Department City of Kent 220 Fourth Ave S Kent, WA 98032 Voice: 253-856-4601 E-mail: ServiceDesk@kentwa.gov http://servicedesk/ Q INFORMATION TECHNOLOGY PERSONNEL POLICY- 3 Exhibit A Packet Pg. 61 EXHIBIT B 8.G.a INSURANCE REQUIREMENTS FOR CONSULTANT SERVICES AGREEMENTS Insurance The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Consultant shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01. The City shall be included as an Additional 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. 2. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Consultant shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per occurrence. a� a� 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. ° a. C. Other Insurance Provisions Q The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: m 1. The Consultant's insurance coverage shall be primary insurance as respect the City. Any Insurance, self- insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not contribute with it. c 2. The Consultant agrees to provide at least 30 days' notice to the City in the event Consultant's insurance v coverage is being cancelled or substantially modified (e.g., a new carrier). , r c 3. The City of Kent shall be included as an additional insured on all policies (except Professional Liability) Y as respects work performed by or on behalf of the Consultant and a copy of the endorsement naming c the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Consultant's Commercial General 6 Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers a Q Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. Packet Pg. 62 8.G.a E. Verification of Coverage Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. F. Subcontractors Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Consultant. Q Packet Pg. 63 8.G.a EXHIBIT C Job Arrangement Letter Date CONTACT NAME COMPANY NAME STREET ADDRESS 1 STREET ADDRESS 2 OR CITY, ST ZIP CITY, ST ZIP OR SPACE IF NOT REQUIRED Dear Contact First Name, Job Order Number: Job Order # Thank you for selecting xxx [OR OTHER APPLICABLE DIVISION] to meet your staffing needs. Candidate Name is scheduled to start with Company Name as a Functional Role on As agreed, we will invoice your firm at the rate of $ per hour. If applicable, overtime will be billed at 1.50 times such rate. Federal law defines overtime as hours in excess of 40 hours per week, state laws may vary. Applicable sales and service taxes shall be added to all invoices. Our professional will submit either a time sheet or an electronic time record for verification and approval at the end of each week. Your approval thereby will indicate your acceptance of the terms herein. Our accounting and operational procedures require you receive this document. This standard document will be sent with each Job Order you place with xxx. We acknowledge that xxx and Company Name have a signed agreement. The terms of the signed agreement, along with the terms of this letter, shall govern the services provided by such employee or consultant at Company Name. Please do not hesitate to contact us if you have any questions or we can be of additional service. We look forward to working with you. Sincerely, xxx Street Address 1 Street Address 2 or City, St Zip City, ST Zip or Space if not Required (800) 111-2222 Q Packet Pg. 64 8.G.b KENT WAs,I NGTON CONSULTANT SERVICES AGREEMENT between the City of Kent and TEKsystems, Inc. THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and TEKsystems, Inc., a Maryland corporation authorized to conduct business in Washington, and located and doing business at 7437 Race Road, Hanover, MD 21076 (hereinafter the "Consultant"). I. DESCRIPTION OF WORK. Consultant shall perform the following Services for the City in accordance with the following described plans and/or specifications: Supplemental staffing and recruiting services on a time and material basis, under the technical direction and supervision of City, and talent acquisition and executive search services on an on -call, as -needed basis as determined by the City ("Services"). The specifics of the services provided will be confirmed in a Job Arrangement Letter, in a form substantially similar to that attached and incorporated as Exhibit C, which will confirm details of the assignment of Consultant's Assigned Individual as further specified herein. The Job Arrangement Letter acknowledges that the assignment is under the terms of a signed agreement between the parties. c Consultant represents and warrants that the Services furnished under this Agreement will be v performed in a good and workmanlike manner and consistent with generally accepted professional recruiting practices within the Puget Sound region in effect at the time those Services are performed. Consultant M further represents and warrants that its representatives assigned to perform Services for City shall be fully qualified, experienced, and technically trained and shall perform the services in a reasonably cost-efficient manner. For any breach of this warranty, Consultant shall not charge the City for the first forty (40) hours worked by Consultant's Assigned Individual for the unsatisfactory services. Y Contractor represents and warrants that it has the personnel, expertise and corporate infrastructure Lu available to support the design, delivery, and implementation of each deliverable and meet any milestones and/or deadlines imposed by this Agreement, as well as performing the Services described herein in accordance N with the terms and conditions of this Agreement. This provision is intended to provide assurance to the City that Contractor has the talent pool available that is capable of performing as this Agreement requires, and that Contractor will use its best efforts to locate personnel whose skillset—technical, professional, and •2 interpersonal —meet the City's needs and desires. II. TIME OF COMPLETION. This Agreement will become effective on the date it is fully signed c by the parties and will continue through 12/31/2024 ("Initial Term"). The parties agree that work will begin N on the tasks described in Section I above immediately upon the effective date of this Agreement. The parties o may agree to extend this Agreement for successive one (1) year terms, which extensions will be authorized 0 through an Amendment to this Agreement ("Renewal Term"). ' r c m III. COMPENSATION. Y 4- 0 A. The City shall pay the Consultant, based on time and materials for Services provided under this Agreement during its Initial Term and each Renewal Term exercised by the City and v agreed upon by the Consultant. The Kent City Council has established an overall budget of $2,200,000.00 for a// temporary staffing and placement of IT professionals provided by E Consultant, and others retained by the City to provide similar work, through the year 2024, and City staff is not authorized to approve any work beyond that budgeted amount. The City a CONSULTANT SERVICES AGREEMENT - 1 (Over $20,000) Packet Pg. 65 8.G.b will monitor fees charged in relation to that collective budgeted amount, and if Services provided by Consultant and others will cause the City to exceed that budgeted amount, the City will either seek additional approval through a contract amendment authorized by the Mayor or Council as the Kent City Code may require or terminate Consultant's services as provided for in this Agreement. Consultant acknowledges and understands that it is not the City's exclusive provider of these services but is instead one of several Consultants who have been retained to provide temporary staffing and placement services. The City maintains its unqualified right to obtain these services through other sources. This Agreement is for on -call and as -needed services, the need for which is determined in the City's sole judgment and discretion. The Consultant's billing rates will be negotiated at the time an Assigned Individual is assigned and that agreed billing rate will be provided for on the Assigned Individual's timesheet. If applicable, overtime will be billed at 1.5 times that rate. The temporary worker Consultant assigns to perform work under this Agreement ("Assigned Individual") will submit either an electronic time record or a time sheet for City's verification and approval at the end of each week. The signing of a weekly timesheet by an authorized City representative shall constitute acceptance of the hours claimed to have been performed. B. The Consultant shall submit weekly payment invoices to the City for work performed, and a final bill upon completion of all services described in this Agreement. The City shall provide payment within thirty (30) days of receipt of an invoice. If the City objects to all or any portion of an invoice due to billing or invoicing errors, it shall notify the Consultant and reserves the option to only pay that portion of the invoice not in dispute until any such dispute is settled by the parties. In that event, the parties will immediately make every effort to settle the disputed portion. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor - Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in Cl) accordance with Ch. 51.08 RCW, the parties make the following representations: ri U) A. The Consultant has the ability to control and direct the performance and details of its work as a�Ei a recruiting firm, the City being interested only in the results obtained under this Agreement. Y B. The Consultant maintains and pays for its own place of business from which Consultant's LU placement services under this Agreement will be performed. Q C. The Consultant has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Consultant's services, or the Consultant is engaged in an independently established trade, occupation, •2 profession, or business of the same nature as that involved under this Agreement. D. The Consultant is responsible for filing as they become due all necessary tax documents with c appropriate federal and state agencies, including the Internal Revenue Service and the state N Department of Revenue. o U E. The Consultant has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Consultant's business and has obtained a Unified Business Identifier (UBI) number from the State of Washington if applicable to Consultant. 4- G F. The Consultant maintains a set of books dedicated to the expenses and earnings of its v business. .. a� E V. CITY PROPERTY. City and Consultant agree and understand that the work performed hereunder is "Work for Hire." If for any reason work does not constitute "Work for Hire," Consultant hereby a assigns all copyrights therein to the City effective as of the date(s) such materials had been created. CONSULTANT SERVICES AGREEMENT - 2 (Over $20,000) Packet Pg. 66 8.G.b Consultant agrees to sign and deliver any documentation that may be reasonably required by the City to effectuate the foregoing assignment. Consultant shall at all times protect City's property from injury or loss arising in connection with this Agreement. If provided access, either locally or via remote access, to City's network, Consultant shall prevent loss of system files and data on City's servers due to the negligent, reckless, or willful misconduct of Consultant or its Assigned Individual. Consultant shall treat as confidential all information related to remote access, including instructions, user IDs, and passwords. In no case shall Consultant allow a third party (i.e. not employed by Consultant) to remotely connect to City's network. VI. SECURITY. Given the nature of the services provided, Consultant must make every reasonable effort to protect City systems and data from improper access. In no case shall any employees. agents, representatives and/or subcontractors of Consultant, including the Assigned Individual, have access to City passwords, accounts, records or data files without prior written approval from the City. For security purposes, Assigned Individuals shall be subject to all lawful background investigations, including without limitation criminal conviction background investigations, as may be reasonably required by the City. At the direction of City, Consultant shall do all things necessary or appropriate to facilitate the background checks including but not limited to obtaining permissions or written waivers from the Assigned Individual, and/or contracting with a third party to perform the background checks per City's specifications. VII. PROJECT TEAM. A. Assignment of Assigned Individual to Project Team. Consultant understands that the Assigned Individual works as part of the City's project team, and as such, once assigned, the Assigned Individual is essential to the services offered pursuant to this Agreement. Therefore, the parties agree that: Consultant will not transfer or reassign such Assigned Individual without the express written agreement of City; and should such Assigned Individual no longer be employed during the term of this Agreement by Consultant for whatever reason, City shall have the right to request a specific replacement. In addition, the City reserves the right to request reassignment of any Assigned Individuals if the City, in good faith, believes such individual does not meet performance/qualification standards established by the City. Consultant guarantees the City's satisfaction with the services provided by the Assigned Individual by extending a one - day (8 hour) guarantee period. If, for any reason, the City is dissatisfied with the services provided by the Assigned Individual, Consultant will not charge for the first 8-hours worked, provided (1) the City contacts Consultant within those first 8 hours to report its dissatisfaction, and (2) the City consents to Consultant replacing the Assigned Individual. B. Right of City to Reject Assigned Individual. City shall have the right to reject any Assigned Individual whose qualifications or performance in the City's good faith and reasonable judgment does not meet the standards established by City as necessary for the performance of the services or does not meet prescribed IT department policy, standards, procedures and guidelines, attached and incorporated as Exhibit A. Such notice shall be provided in writing to the designated location for receipt of notices. Upon receipt of notice, Consultant shall verify receipt of notice and shall meet with City to discuss the problem; and is then responsible for replacing rejected Assigned Individuals and should do so within ten (10) business days from the date of the meeting unless otherwise agreed upon in writing. VIII. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. After termination, the City may take possession of all records and data within the Consultant's possession pertaining to this project, which may be used by the City without restriction. IX. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any subcontract, the Consultant, its subcontractors, or any person acting on behalf of the Consultant or subcontractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Consultant shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. U) E W r N Y LU Q N m m U) c c 0 U r c m Y 4- 0 U c a� c� Q CONSULTANT SERVICES AGREEMENT - 3 (Over $20,000) Packet Pg. 67 8.G.b X. INDEMNIFICATION. Consultant shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Consultant's negligent performance of the Services under this Agreement, except for that portion of the injuries and damages caused by the City's negligence, gross negligence, or willful misconduct. The City's inspection or acceptance of any of Consultant's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, agents and volunteers, the Consultant's duty to defend, indemnify, and hold the City harmless, and Consultant's liability accruing from that obligation shall be only to the extent of the Consultant's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONSULTANT'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Consultant refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Consultant's part, then Consultant shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Consultant's part. Other than when necessary for Consultant to fulfill its indemnification responsibilities with respect to third parties, under no circumstances shall either party be directly liable to the other for indirect, M consequential, or punitive damages whether arising in contract, tort or otherwise. ri The provisions of this section shall survive the expiration or termination of this Agreement. U) XI. INSURANCE. The Consultant shall procure and maintain for the duration of the Agreement, N A Y insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. LU XII. EXCHANGE OF INFORMATION. The City will provide its best efforts to provide reasonable N accuracy of any information supplied by it to Consultant for the purpose of completion of the work under this Agreement. XIII. OWNERSHIP AND USE OF RECORDS AND DOCUMENTS. Original documents, drawings, designs, reports, or any other records developed or created by the Assigned Individual under this Agreement shall belong to and become the property of the City. 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 N such, the Consultant agrees to cooperate fully with the City in satisfying the City's duties and obligations o under the Public Records Act. U r XIV. CITY'S RIGHT OF INSPECTION. Even though Consultant is an independent contractor with the authority to control and direct the performance and details of Consultant's work as a recruiting firm 4- authorized under this Agreement, the Assigned Individual's work must meet the approval of the City and G shall be subject to the City's general right of inspection to secure satisfactory completion. City shall provide the Assigned Individual providing services to City with day-to-day oversight and direction. v c a� XV. WORK PERFORMED AT CONSULTANT'S RISK AND JOB LIMITATIONS. The City agrees E that it will provide safe on -site working conditions. Consultant shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of any contract a work off -site and shall utilize all protection necessary for that purpose. All off -site work shall be done at CONSULTANT SERVICES AGREEMENT - 4 (Over $20,000) Packet Pg. 68 8.G.b Consultant's own risk, and Consultant shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. The City agrees that it will not permit or require Consultant's Assigned Individual: (i) to perform services outside of the scope of his or her assignment; (ii) to sign contracts or statements; (iii) to make any final decisions regarding system design, software development or the acquisition of hardware or software; (iv) to make any management decisions; (v) to sign, endorse, wire, transport or otherwise convey cash, securities, checks or any negotiable instruments or valuables; (vi) to use computers, or other electronic devices, software or network equipment owned or licensed by the Assigned Individual; or (vii) to operate machinery (other than office machines) or automotive equipment. XVI. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non -Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section X of this Agreement. N D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or Y certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this LU 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 •2 without additional written consent. as U) F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement c shall be binding unless in writing and signed by a duly authorized representative of the City and Consultant. N c G. Entire Agreement. The written provisions and terms of this Agreement, together with any v 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 Y 4- Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any G language contained in this Agreement, the terms of this Agreement shall prevail. U H. Compliance with Laws. The Consultant agrees to comply with all applicable federal, state, and a� municipal laws, rules, and regulations that are now effective or in the future become applicable to E Consultant's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. a CONSULTANT SERVICES AGREEMENT - 5 (Over $20,000) Packet Pg. 69 8.G.b I. Public Records Act. The Consultant acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Consultant in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Consultant agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. 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. L. Background Checks. If City requires Consultant to perform background checks or other placement screenings of Consultant's Assigned Individuals, City agrees to notify Consultant prior to the start of services under this Agreement. Consultant will conduct such checks or screenings only if they are described in a signed, written amendment to this Agreement. If City requests a summary copy of the results of any checks conducted on Consultant's Assigned Individuals, City agrees to keep such summary results strictly confidential and to use such results in accordance with applicable laws and solely for employment purposes. M. Confidentiality to the Extent Allowed by Law. City agrees to hold in confidence the identity of any Assigned Individual and the Assigned Individual's resume, social security number, and other legally protected personal information, and the City agrees to implement and maintain reasonable security procedures and practices to protect such information from unauthorized access, use, modification or disclosure, unless disclosure is required by law. N. Conversion of Assigned Individual to City Employee. City may not directly or indirectly, for N itself, or on behalf of any other person, firm, corporation or other entity, whether as principal, agent, employee, stockholder, partner, member, officer, director, sole proprietor, or otherwise, solicit, participate in or promote the solicitation of any Assigned Individual to leave the employ of Consultant, or hire or engage Y any Assigned Individual who has not completed a minimum of six (6) months of continuous assignment to Lu the City under this Agreement. However, if any Assigned Individual has been assigned to the City for at least six (6) months, then City may employ or otherwise professionally engage that Assigned Individual N without any financial compensation or liquidated damages owed to Consultant. N N d C U r Y 4— .r U c a� E t ca Q CONSULTANT SERVICES AGREEMENT - 6 (Over $20,000) Packet Pg. 70 8.G.b O. Remote Work. The City may authorize an Assigned Individual to work remotely off -site, away from a City location. City is aware that the remote work location is not a Consultant location and is not a site managed by Consultant. In such event, City shall provide the Assigned Individual with hardware (if applicable), software, and network connectivity (such as a secure Virtual Private Network) to perform the Services remotely and shall be responsible for ensuring any City -provided hardware, software, and network meet City security obligations and measures. At no time will Consultant or its Assigned Individual be storing City's data on Consultant's equipment. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. CONSULTANT: xxx By: (signature) Print Name: Its (title) DATE: NOTICES TO BE SENT TO: xxx: Address xxx: ( ) (telephone) ( ) (facsimile) CITY: City of Kent By: (signature) Print Name: Dana Ralph Its Mavor DATE: ATTEST: Kent City Clerk APPROVED AS TO FORM: Kent Law Department NOTICES TO BE SENT TO: CITY OF KENT: ITA@kentwa.gov City of Kent 220 Fourth Avenue South Kent, WA 98032 (253) 856-4600 (telephone) (253) 856-4700 (facsimile) c m Y 4- 0 U c a� E c� a CONSULTANT SERVICES AGREEMENT - 7 (Over $20,000) Packet Pg. 71 8.G.b DECLARATION CITY OF KENT NON-DISCRIMINATION POLICY The City of Kent (City) is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors, consultants, vendors, and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The City of Kent and its contractors are subject to and will comply with the following: Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); 49 C.F.R. Part 21 (entitled Non-discrimination in Federally Assisted Programs Of The Department Of Transportation -Effectuation Of Title VI Of The Civil Rights Act Of 1964); 28 C.F.R. section 50.3 (U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil Rights Act of 1964). • Ch. 49.60 RCW (Washington Law Against Discrimination) The preceding statutory and regulatory cites hereinafter are referred to as "the Acts and Regulations" The following statements specifically identify the requirements the City deems necessary for any contractor, subcontractor, or supplier on this specific Agreement to adhere to. An affirmation of all of the following is required for this Agreement to be valid and binding. If any contractor, subcontractor, or supplier willfully misrepresents themselves with regard to the directives outlined below, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement. U) The statements are as follows: r N A 1. I have read the attached City of Kent administrative policy number 1.2. Y w 2. During the time of this Agreement, I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. N 2 3. During the time of this Agreement I, the prime contractor, will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. m 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. is 5. During the performance of this contract, the contractor, for itself, its assignees, and successors in o interest (hereinafter referred to as the "contractor") agrees as follows: 0 A. Compliance with Regulations: The contractor, subcontractor, consultant, vendor, and r supplier (hereinafter "Contractor") will comply with all Acts and the Regulations relative to Y non-discrimination, including those applicable to Federally -assisted programs of the U.S. 4- G Department of Transportation, State -assisted programs through the Washington State Department of Transportation, and generally under Washington's Law Against v Discrimination, Ch. 49.60 RCW, as they may be amended from time to time, which are a� herein incorporated by reference and made a part of this contract. E B. Non-discrimination: The contractor, with regard to the work performed by it during the a contract, will not discriminate on the grounds of race, color, or national origin in the EEO COMPLIANCE DOCUMENTS - 1 Packet Pg. 72 8.G.b selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or 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. C. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, 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 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. D. Information and Reports: The contractor will provide all information and reports required by the Acts and Regulations and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined applicable to contractor's contract by the City or the Washington State Department of Transportation to be pertinent to ascertain compliance with such Acts and Regulations and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the City or the Washington State Department of Transportation, as appropriate, and will set forth what efforts it has made to obtain the information. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the non-discrimination provisions of this contract, the City will impose such contract sanctions as it or the Washington State Department of Transportation may determine to be appropriate, including, but not limited to: 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. F. Incorporation of Provisions: The contractor will include the provisions of paragraphs (A) E through (F) above in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts and Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as Y the City or the Washington State Department of Transportation may direct as a means of LU enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or N supplier because of such direction, the contractor may request the City to enter into any litigation to protect the interests of the City. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. 6. During the performance of this contract, the contractor, for itself, its assignees, and successors in m interest agrees to comply with the following non-discrimination statutes and authorities; including m but not limited to: c 0 U Pertinent Non -Discrimination Authorities: r c m i. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits 4- discrimination on the basis of race, color, national origin); and 49 CFR Part 21. 0 ii. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 v U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects); E iii. Federal -Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); a EEO COMPLIANCE DOCUMENTS - 2 (Over $20,000) Packet Pg. 73 8.G.b iv. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; V. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits as discrimination on the basis of age); o vi. Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); Q vii. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and c Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or 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 c L funded or not); a viii. 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 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; ix. The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) a (prohibits discrimination on the basis of race, color, national origin, and sex); v, X. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority m .2 Populations and Low -Income Populations, which ensures Non-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; xi. Executive Order 13166, Improving Access to Services for Persons with Limited English N Proficiency, and resulting agency guidance, national origin discrimination includes v discrimination because of Limited English proficiency (LEP). To ensure compliance with Title .. VI, you must take reasonable steps to ensure that LEP persons have meaningful access to M your programs (70 Fed. Reg. at 74087 to 74100); xii. 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). xiii. Washington Law Against Discrimination (Ch. 49.60 RCW) N 8. The submission of the final invoice for this contract will constitute a reaffirmation that the preceding statements were complied with during the course of the contract's performance. By signing below, I agree to fulfill the five requirements referenced above. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 (Over $20,000) Packet Pg. 74 8.G.b CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: October 20, 2022 SUBJECT: INCLUSIVE CONTRACTING POLICY: SUPERSEDES: January 1, 1998 APPROVED BY Dana Ralph, Mayor Equal employment opportunity and non-discrimination in contracting requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants, and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Further, all contractors, subcontractors, consultants, suppliers, grantees, or subgrantees of the City, regardless of the value of the Agreement, are required to sign the City's Non -Discrimination Policy Declaration, prior to commencing performance. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to coordinate with the City's Title VI coordinator and perform the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. Q EEO COMPLIANCE DOCUMENTS - 4 (Over $20,000) Packet Pg. 75 8.G.b KENT Number: ITP 3-01 Subject: Information Technology Personnel Policy Exhibit A Effective Date: Supersedes: Previous IT Personnel Policies Approved: Purpose This document describes personnel policies that are specific to IT staff members. City of Kent HR personnel policies are predominant on details that are not addressed on this policy. 2. Scope This policy applies to all IT staff members for whom there are specific department rules not specified in the City of Kent HR Personnel Policy manual. 2.1. Collective Bargaining Agreements Employees covered by collective bargaining agreements or Civil Service Rules will be subject to the specific terms of those agreements and rules. In the event a collective bargaining agreement or the Civil Service Rules do not contain language regarding personnel policies as specified in this document, then those employees will be governed by this policy. 2.2. Authority This policy is written by the Information Technology (IT) Department, under the authority of the IT Director and in compliance with the City's employment policies, and it supersedes all previous versions of the IT Personnel Policy. The City of Kent Employee policies shall govern all questions concerning the construction, validity and interpretation of this policy. Any exceptions to this policy must be approved in advance by the City IT Director. 2.3. References City of Kent Personnel Policies New IT Employee Cheat Sheet 3. Policy 3.1. Daily Operations 3.1.1. Core Hours Unless covered by collective bargaining agreements, vendor contracts, or otherwise authorized by the IT Director, manager and/or supervisor and documented within a personnel file, all IT department personnel must adhere to core working hours, which are 8:00 AM to 5:00 PM Monday through Friday. If an employee anticipates being more than 15 minutes late for work or absent due to sickness they must notify their manager or supervisor using a previously agreed upon method (text message, call, email). 3.1.2. Flexible Working Hours IT Department employees may request alternative work schedules pursuant to the City's Personnel Policy 2.16, Alternative Work Schedule. Eligibility is determined by the employee's direct supervisor, IT management, or Human Resources Director based on the department's needs and its ability to accommodate the alternative schedule. U) E a� r N A Y LU H Q N N V m U) c c 0 U c m Y 4- 0 U c a� E c� Q INFORMATION TECHNOLOGY PERSONNEL POLICY- 1 Exhibit A Packet Pg. 76 8.G.b 3.1.3. Telecommuting A temporary telecommuting schedule accommodation can be put into place with the approval of the IT Director, manager and/or supervisor. Additional time reporting requirements may be instituted to ensure proper accountability. 3.1.4. Overtime Any request for overtime hours/work needs to first be approved by an employee's manager or supervisor. Approval must be sought by the employee and provided by the supervisor or manager in writing (email, captured text message, etc.) prior to the overtime work being performed. Managers, supervisors and employees are expected to keep copies of the "in -writing" approvals of overtime for audit, timekeeping, time -entry, and historical purposes. 3.1.5. Vacation Requests Requests for vacation time need to be approved in advance by an employee's manager or supervisor. Approval must be sought by the employee and provided by the supervisor or manager in the JDE system prior to the vacation being taken. Managers and supervisors are responsible for maintaining adequate levels of service and therefore reserve the right to decline vacation requests if needed. 3.1.6. Holiday Observance Unless otherwise authorized by the IT Manager and/or Director, in the event of an emergency, all departmental staff and contractors are required to observe all City established holidays and closed office notices. 3.2. Supplies and Assets Employees shall be provided with the tools required to perform their job duties as specified on their job description, as well as additional tools at the discretion of the IT Director, manager, or supervisor. 4. Standards 4.1. Performance The IT Department focuses on delivering services to the City. To provide a reliable, high -quality level of service, IT employees may occasionally be assigned with activities beyond those explicitly stated in job descriptions, contracts, or statements of work. Such activities are defined and delegated at the discretion and interpretation of the IT Director, manager, or supervisor. 4.2. Calendar Usage All IT employees must grant read-only access to their Outlook calendars to all IT divisions. This allows other users to optimally plan out their meetings, improves communication and efficiency, and saves time by eliminating the time spent going back -and -forth with them trying to pick the perfect date and time. Any appointments that contain sensitive or personal information can be marked as "private" by the user. 5. Revision Histo 11/29/2018 1.0 - Initial creation 1/28/2019 1.1 1.0 Added Collective Bargaining Agreements paragraph 5/16/2019 1.2 1.1 Approved by IT Management Team r c m Y 4- 0 U c a� E c� a INFORMATION TECHNOLOGY PERSONNEL POLICY- 2 Exhibit A Packet Pg. 77 8.G.b 6. Inquiries Direct inquiries about this policy to: Information Technology Department City of Kent 220 Fourth Ave S Kent, WA 98032 Voice: 253-856-4601 E-mail: ServiceDesk@kentwa.gov http://servicedesk/ r c m Y 4- 0 U c a� E c� a INFORMATION TECHNOLOGY PERSONNEL POLICY- 3 Exhibit A Packet Pg. 78 EXHIBIT B 8.G.b INSURANCE REQUIREMENTS FOR CONSULTANT SERVICES AGREEMENTS Insurance The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Consultant shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01. The City shall be included as an Additional 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. 2. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Consultant shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per occurrence. E a� 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each r y occurrence, $2,000,000 general aggregate. w C. Other Insurance Provisions a The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: N 1. The Consultant's insurance coverage shall be primary insurance as respect the City. Any Insurance, self- insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not contribute with it. 2. The Consultant agrees to provide at least 30 days' notice to the City in the event Consultant's insurance o coverage is being cancelled or substantially modified (e.g., a new carrier). 3. The City of Kent shall be included as an additional insured on all policies (except Professional Liability) c u, as respects work performed by or on behalf of the Consultant and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the 4- ° right to receive a certified copy of all required insurance policies. The Consultant's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured v against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. E D. Acceptability of Insurers a Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. Packet Pg. 79 8.G.b E. Verification of Coverage Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. F. Subcontractors Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Consultant. r c m Y 4- 0 U c a� E c� a Packet Pg. 80 8.G.b EXHIBIT C Job Arrangement Letter Date CONTACT NAME COMPANY NAME STREET ADDRESS 1 STREET ADDRESS 2 OR CITY, ST ZIP CITY, ST ZIP OR SPACE IF NOT REQUIRED Dear Contact First Name, Job Order Number: Job Order # Thank you for selecting xxx [OR OTHER APPLICABLE DIVISION] to meet your staffing needs. Candidate Name is scheduled to start with Company Name as a Functional Role on As agreed, we will invoice your firm at the rate of $ per hour. If applicable, overtime will be billed at 1.50 times such rate. Federal law defines overtime as hours in excess of 40 hours per week, state laws may vary. Applicable sales and service taxes shall be added to all invoices. Our professional will submit either a time sheet or an electronic time record for verification and approval at the end of each week. Your approval thereby will indicate your acceptance of the terms herein. Our accounting and operational procedures require you receive this document. This standard document will be sent with each Job Order you place with xxx. We acknowledge that xxx and Company Name have a signed agreement. The terms of the signed agreement, along with the terms of this letter, shall govern the services provided by such employee or consultant at Company Name. Please do not hesitate to contact us if you have any questions or we can be of additional service. We look forward to working with you. Sincerely, xxx Street Address 1 Street Address 2 or City, St Zip City, ST Zip or Space if not Required (800) 111-2222 Q Packet Pg. 81 8.G.c KENT WAs,I NGTON CONSULTANT SERVICES AGREEMENT between the City of Kent and Affirma, LLC THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Affirma, LLC, authorized to conduct business in Washington, and located and doing business at 3380 1461" PI SE #100, Bellevue, WA 98007 (hereinafter the "Consultant"). I. DESCRIPTION OF WORK. Consultant shall perform the following Services for the City in accordance with the following described plans and/or specifications: Supplemental staffing and recruiting services on a time and material basis, under the technical direction and supervision of City, and talent acquisition and executive search services on an on -call, as -needed basis as determined by the City ("Services"). The specifics of the services provided will be confirmed in a Job Arrangement Letter, in a form substantially similar to that attached and incorporated as Exhibit C, which will confirm details of the assignment of Consultant's Assigned Individual as further specified herein. The Job Arrangement Letter acknowledges that the assignment is under the terms of a signed agreement between the parties. Consultant represents and warrants that the Services furnished under this Agreement will be o performed in a good and workmanlike manner and consistent with generally accepted professional recruiting V practices within the Puget Sound region in effect at the time those Services are performed. Consultant c0 further represents and warrants that its representatives assigned to perform Services for City shall be fully M qualified, experienced, and technically trained and shall perform the services in a reasonably cost-efficient manner. For any breach of this warranty, Consultant shall not charge the City for the first forty (40) hours E worked by Consultant's Assigned Individual for the unsatisfactory services. E a Contractor represents and warrants that it has the personnel, expertise and corporate infrastructure available to support the design, delivery, and implementation of each deliverable and meet any milestones y and/or deadlines imposed by this Agreement, as well as performing the Services described herein in accordance with the terms and conditions of this Agreement. This provision is intended to provide assurance to the City that Contractor has the talent pool available that is capable of performing as this Agreement requires, and that Contractor will use its best efforts to locate personnel whose skillset—technical, professional, and 0) interpersonal —meet the City's needs and desires. r II. TIME OF COMPLETION. This Agreement will become effective on the date it is fully signed by the parties and will continue through 12/31/2024 ("Initial Term"). The parties agree that work will begin o on the tasks described in Section I above immediately upon the effective date of this Agreement. The parties L) may agree to extend this Agreement for successive one (1) year terms, which extensions will be authorized r through an Amendment to this Agreement ("Renewal Term"). Y 4- III. COMPENSATION. G r A. The City shall pay the Consultant, based on time and materials for Services provided under v this Agreement during its Initial Term and each Renewal Term exercised by the City and agreed upon by the Consultant. The Kent City Council has established an overall budget of E $2,200,000.00 for a// temporary staffing and placement of IT professionals provided by 5 Consultant, and others retained by the City to provide similar work, through the year 2024, a and City staff is not authorized to approve any work beyond that budgeted amount. The City CONSULTANT SERVICES AGREEMENT - 1 (Over $20,000) Packet Pg. 82 8.G.c will monitor fees charged in relation to that collective budgeted amount, and if Services provided by Consultant and others will cause the City to exceed that budgeted amount, the City will either seek additional approval through a contract amendment authorized by the Mayor or Council as the Kent City Code may require or terminate Consultant's services as provided for in this Agreement. Consultant acknowledges and understands that it is not the City's exclusive provider of these services but is instead one of several Consultants who have been retained to provide temporary staffing and placement services. The City maintains its unqualified right to obtain these services through other sources. This Agreement is for on -call and as -needed services, the need for which is determined in the City's sole judgment and discretion. The Consultant's billing rates will be negotiated at the time an Assigned Individual is assigned and that agreed billing rate will be provided for on the Assigned Individual's timesheet. If applicable, overtime will be billed at 1.5 times that rate. The temporary worker Consultant assigns to perform work under this Agreement ("Assigned Individual") will submit either an electronic time record or a time sheet for City's verification and approval at the end of each week. The signing of a weekly timesheet by an authorized City representative shall constitute acceptance of the hours claimed to have been performed. B. The Consultant shall submit weekly payment invoices to the City for work performed, and a final bill upon completion of all services described in this Agreement. The City shall provide payment within thirty (30) days of receipt of an invoice. If the City objects to all or any portion of an invoice due to billing or invoicing errors, it shall notify the Consultant and reserves the option to only pay that portion of the invoice not in dispute until any such dispute is settled by the parties. In that event, the parties will immediately make every effort to settle the disputed portion. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor - Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Consultant has the ability to control and direct the performance and details of its work as E a recruiting firm, the City being interested only in the results obtained under this Agreement. a B. The Consultant maintains and pays for its own place of business from which Consultant's placement services under this Agreement will be performed. N C. The Consultant has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Consultant's services, or the Consultant is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. c r D. The Consultant is responsible for filing as they become due all necessary tax documents with y appropriate federal and state agencies, including the Internal Revenue Service and the state o Department of Revenue. L) E. The Consultant has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Consultant's business and has obtained a Unified Business Identifier (UBI) number from the State of Washington if applicable to Consultant. U r F. The Consultant maintains a set of books dedicated to the expenses and earnings of its business. E V. CITY PROPERTY. City and Consultant agree and understand that the work performed hereunder is "Work for Hire." If for any reason work does not constitute "Work for Hire," Consultant hereby a assigns all copyrights therein to the City effective as of the date(s) such materials had been created. CONSULTANT SERVICES AGREEMENT - 2 (Over $20,000) Packet Pg. 83 8.G.c Consultant agrees to sign and deliver any documentation that may be reasonably required by the City to effectuate the foregoing assignment. Consultant shall at all times protect City's property from injury or loss arising in connection with this Agreement. If provided access, either locally or via remote access, to City's network, Consultant shall prevent loss of system files and data on City's servers due to the negligent, reckless, or willful misconduct of Consultant or its Assigned Individual. Consultant shall treat as confidential all information related to remote access, including instructions, user IDs, and passwords. In no case shall Consultant allow a third party (i.e. not employed by Consultant) to remotely connect to City's network. VI. SECURITY. Given the nature of the services provided, Consultant must make every reasonable effort to protect City systems and data from improper access. In no case shall any employees. agents, representatives and/or subcontractors of Consultant, including the Assigned Individual, have access to City passwords, accounts, records or data files without prior written approval from the City. For security purposes, Assigned Individuals shall be subject to all lawful background investigations, including without limitation criminal conviction background investigations, as may be reasonably required by the City. At the direction of City, Consultant shall do all things necessary or appropriate to facilitate the background checks including but not limited to obtaining permissions or written waivers from the Assigned Individual, and/or contracting with a third party to perform the background checks per City's specifications. VII. PROJECT TEAM. A. Assignment of Assigned Individual to Project Team. Consultant understands that the a) Assigned Individual works as part of the City's project team, and as such, once assigned, the Assigned •2 Individual is essential to the services offered pursuant to this Agreement. Therefore, the parties agree that: in Consultant will not transfer or reassign such Assigned Individual without the express written agreement of City; and should such Assigned Individual no longer be employed during the term of this Agreement by Consultant for whatever reason, City shall have the right to request a specific replacement. In addition, the w City reserves the right to request reassignment of any Assigned Individuals if the City, in good faith, believes o such individual does not meet performance/qualification standards established by the City. Consultant v guarantees the City's satisfaction with the services provided by the Assigned Individual by extending a one - day (8 hour) guarantee period. If, for any reason, the City is dissatisfied with the services provided by the M Assigned Individual, Consultant will not charge for the first 8-hours worked, provided (1) the City contacts Consultant within those first 8 hours to report its dissatisfaction, and (2) the City consents to Consultant replacing the Assigned Individual. E a B. Right of City to Reject Assigned Individual. City shall have the right to reject any Assigned Individual whose qualifications or performance in the City's good faith and reasonable judgment N does not meet the standards established by City as necessary for the performance of the services or does not meet prescribed IT department policy, standards, procedures and guidelines, attached and incorporated as Exhibit A. Such notice shall be provided in writing to the designated location for receipt of notices. Upon receipt of notice, Consultant shall verify receipt of notice and shall meet with City to discuss the problem; and is then responsible for replacing rejected Assigned Individuals and should do so within ten (10) business days from the date of the meeting unless otherwise agreed upon in writing. r VIII. TERMINATION. Either party may terminate this Agreement, with or without cause, upon o providing the other party thirty (30) days written notice at its address set forth on the signature block of L) 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. Y IX. DISCRIMINATION. In the hiring of employees for the performance of work under this 4- ° Agreement or any subcontract, the Consultant, its subcontractors, or any person acting on behalf of the Consultant or subcontractor shall not by reason of race religion, color, sex age, sexual orientation national v origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Consultant shall execute E the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative 0 Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. a CONSULTANT SERVICES AGREEMENT - 3 (Over $20,000) Packet Pg. 84 8.G.c X. INDEMNIFICATION. Consultant shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Consultant's negligent performance of the Services under this Agreement, except for that portion of the injuries and damages caused by the City's negligence, gross negligence, or willful misconduct. The City's inspection or acceptance of any of Consultant's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, agents and volunteers, the Consultant's duty to defend, indemnify, and hold the City harmless, and Consultant's liability accruing from that obligation shall be only to the extent of the Consultant's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONSULTANT'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Consultant refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Consultant's part, then Consultant shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Consultant's part. Other than when necessary for Consultant to fulfill its indemnification responsibilities with respect to third parties, under no circumstances shall either party be directly liable to the other for indirect, consequential, or punitive damages whether arising in contract, tort or otherwise. The provisions of this section shall survive the expiration or termination of this Agreement. E E XI. INSURANCE. The Consultant shall procure and maintain for the duration of the Agreement, a insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. a XII. EXCHANGE OF INFORMATION. The City will provide its best efforts to provide reasonable accuracy of any information supplied by it to Consultant for the purpose of completion of the work under this Agreement. .2 XIII. OWNERSHIP AND USE OF RECORDS AND DOCUMENTS. Original documents, drawings, m designs, reports, or any other records developed or created by the Assigned Individual under this Agreement shall belong to and become the property of the City. The Consultant acknowledges that the City is a public y agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington. As o such, the Consultant agrees to cooperate fully with the City in satisfying the City's duties and obligations L) under the Public Records Act. ' r XIV. CITY'S RIGHT OF INSPECTION. Even though Consultant is an independent contractor with c m the authority to control and direct the performance and details of Consultant's work as a recruiting firm authorized under this Agreement, the Assigned Individual's work must meet the approval of the City and shall be subject to the City's general right of inspection to secure satisfactory completion. City shall provide v r the Assigned Individual providing services to City with day-to-day oversight and direction. E XV. WORK PERFORMED AT CONSULTANT'S RISK AND JOB LIMITATIONS. The City agrees 5 that it will provide safe on -site working conditions. Consultant shall take all necessary precautions and shall a be responsible for the safety of its employees, agents, and subcontractors in the performance of any contract work off -site and shall utilize all protection necessary for that purpose. All off -site work shall be done at CONSULTANT SERVICES AGREEMENT - 4 (Over $20,000) Packet Pg. 85 8.G.c Consultant's own risk, and Consultant shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. The City agrees that it will not permit or require Consultant's Assigned Individual: (i) to perform services outside of the scope of his or her assignment; (ii) to sign contracts or statements; (iii) to make any final decisions regarding system design, software development or the acquisition of hardware or software; (iv) to make any management decisions; (v) to sign, endorse, wire, transport or otherwise convey cash, securities, checks or any negotiable instruments or valuables; (vi) to use computers, or other electronic devices, software or network equipment owned or licensed by the Assigned Individual; or (vii) to operate machinery (other than office machines) or automotive equipment. XVI. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non -Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section X of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at W the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or a 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. y E. Assignment. Any assignment of this Agreement by either party without the written consent 4) 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. c r F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement y shall be binding unless in writing and signed by a duly authorized representative of the City and Consultant. o U 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. v r c as H. Compliance with Laws. The Consultant agrees to comply with all applicable federal, state, and E municipal laws, rules, and regulations that are now effective or in the future become applicable to Consultant's business, equipment, and personnel engaged in operations covered by this Agreement or a accruing out of the performance of those operations. CONSULTANT SERVICES AGREEMENT - 5 (Over $20,000) Packet Pg. 86 8.G.c I. Public Records Act. The Consultant acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Consultant in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Consultant agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. 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. L. Background Checks. If City requires Consultant to perform background checks or other placement screenings of Consultant's Assigned Individuals, City agrees to notify Consultant prior to the start of services under this Agreement. Consultant will conduct such checks or screenings only if they are described in a signed, written amendment to this Agreement. If City requests a summary copy of the results of any checks conducted on Consultant's Assigned Individuals, City agrees to keep such summary results strictly confidential and to use such results in accordance with applicable laws and solely for employment purposes. M. Confidentiality to the Extent Allowed by Law. City agrees to hold in confidence the identity of any Assigned Individual and the Assigned Individual's resume, social security number, and other legally protected personal information, and the City agrees to implement and maintain reasonable security procedures and practices to protect such information from unauthorized access, use, modification or disclosure, unless disclosure is required by law. N. Conversion of Assigned Individual to City Employee. City may not directly or indirectly, for itself, or on behalf of any other person, firm, corporation or other entity, whether as principal, agent, w employee, stockholder, partner, member, officer, director, sole proprietor, or otherwise, solicit, participate in or promote the solicitation of any Assigned Individual to leave the employ of Consultant, or hire or engage a any Assigned Individual who has not completed a minimum of six (6) months of continuous assignment to the City under this Agreement. However, if any Assigned Individual has been assigned to the City for at N least six (6) months, then City may employ or otherwise professionally engage that Assigned Individual without any financial compensation or liquidated damages owed to Consultant. m o U c m 4- 0 U r E t v Q CONSULTANT SERVICES AGREEMENT - 6 (Over $20,000) Packet Pg. 87 8.G.c O. Remote Work. The City may authorize an Assigned Individual to work remotely off -site, away from a City location. City is aware that the remote work location is not a Consultant location and is not a site managed by Consultant. In such event, City shall provide the Assigned Individual with hardware (if applicable), software, and network connectivity (such as a secure Virtual Private Network) to perform the Services remotely and shall be responsible for ensuring any City -provided hardware, software, and network meet City security obligations and measures. At no time will Consultant or its Assigned Individual be storing City's data on Consultant's equipment. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. CONSULTANT: xxx By: (signature) Print Name: Its (title) DATE: NOTICES TO BE SENT TO: xxx: Address xxx: ( ) (telephone) ( ) (facsimile) CITY: City of Kent By: (signature) Print Name: Dana Ralph Its Mavor DATE: ATTEST: Kent City Clerk APPROVED AS TO FORM: Kent Law Department NOTICES TO BE SENT TO: CITY OF KENT: ITA@kentwa.gov City of Kent 220 Fourth Avenue South Kent, WA 98032 (253) 856-4600 (telephone) (253) 856-4700 (facsimile) a CONSULTANT SERVICES AGREEMENT — 7 (Over $20,000) Packet Pg. 88 8.G.c DECLARATION CITY OF KENT NON-DISCRIMINATION POLICY The City of Kent (City) is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors, consultants, vendors, and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The City of Kent and its contractors are subject to and will comply with the following: Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); 49 C.F.R. Part 21 (entitled Non-discrimination in Federally Assisted Programs Of The Department Of Transportation -Effectuation Of Title VI Of The Civil Rights Act Of 1964); 28 C.F.R. section 50.3 (U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil Rights Act of 1964). • Ch. 49.60 RCW (Washington Law Against Discrimination) The preceding statutory and regulatory cites hereinafter are referred to as "the Acts and Regulations" The following statements specifically identify the requirements the City deems necessary for any contractor, subcontractor, or supplier on this specific Agreement to adhere to. An affirmation of all of the following is required for this Agreement to be valid and binding. If any contractor, subcontractor, or supplier willfully misrepresents themselves with regard to the directives outlined below, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement. The statements are as follows: W E L 1. I have read the attached City of Kent administrative policy number 1.2. a 2. During the time of this Agreement, I will not discriminate in employment on the basis of sex, race, N color, national origin, age, or the presence of all sensory, mental or physical disability. N N 3. During the time of this Agreement I, the prime contractor, will provide a written statement to all new -2 employees and subcontractors indicating commitment as an equal opportunity employer. cn 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion r of women and minorities. y c 5. During the performance of this contract, the contractor, for itself, its assignees, and successors in L) interest (hereinafter referred to as the "contractor") agrees as follows: A. Compliance with Regulations: The contractor, subcontractor, consultant, vendor, and c m supplier (hereinafter "Contractor") will comply with all Acts and the Regulations relative to non-discrimination, including those applicable to Federally -assisted programs of the U.S. r Department of Transportation, State -assisted programs through the Washington State v r Department of Transportation, and generally under Washington's Law Against as Discrimination, Ch. 49.60 RCW, as they may be amended from time to time, which are E herein incorporated by reference and made a part of this contract. B. Non-discrimination: The contractor, with regard to the work performed by it during the a contract, will not discriminate on the grounds of race, color, or national origin in the EEO COMPLIANCE DOCUMENTS - 1 Packet Pg. 89 8.G.c selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or 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. C. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, 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 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. D. Information and Reports: The contractor will provide all information and reports required by the Acts and Regulations and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined applicable to contractor's contract by the City or the Washington State Department of Transportation to be pertinent to ascertain compliance with such Acts and Regulations and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the City or the Washington State Department of Transportation, as appropriate, and will set forth what efforts it has made to obtain the information. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the non-discrimination provisions of this contract, the City will impose such contract sanctions as it or the Washington State Department of Transportation may determine to be appropriate, including, but not limited to: 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. F. Incorporation of Provisions: The contractor will include the provisions of paragraphs (A) through (F) above in every subcontract, including procurements of materials and leases of E equipment, unless exempt by the Acts and Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as a the City or the Washington State Department of Transportation may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the N contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the City to enter into any litigation to protect the interests of the City. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. 6. During the performance of this contract, the contractor, for itself, its assignees, and successors in r interest agrees to comply with the following non-discrimination statutes and authorities; including y but not limited to: _ 0 U r Pertinent Non -Discrimination Authorities: m Y i. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits 0 discrimination on the basis of race, color, national origin); and 49 CFR Part 21. v ii. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects); iii. Federal -Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); a EEO COMPLIANCE DOCUMENTS - 2 (Over $20,000) Packet Pg. 90 8.G.c iv. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; V. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); N vi. Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, 'o (prohibits discrimination based on race, creed, color, national origin, or sex); vii. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and Q applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms c "programs or 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); o viii. Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the a basis of disability in the operation of public entities, public and private transportation systems, z 3 places of public 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; E ix. The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) L (prohibits discrimination on the basis of race, color, national origin, and sex); Q X. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low -Income Populations, which ensures Non-discrimination against minority •2 populations by discouraging programs, policies, and activities with disproportionately high in and adverse human health or environmental effects on minority and low-income populations; xi. Executive Order 13166, Improving Access to Services for Persons with Limited English 2 Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of Limited English proficiency (LEP). To ensure compliance with Title v VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); M xii. 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). E xiii. Washington Law Against Discrimination (Ch. 49.60 RCW) F 8. The submission of the final invoice for this contract will constitute a reaffirmation that the preceding statements were complied with during the course of the contract's performance. By signing below, I agree to fulfill the five requirements referenced above. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 (Over $20,000) Packet Pg. 91 8.G.c CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: October 20, 2022 SUBJECT: INCLUSIVE CONTRACTING POLICY: SUPERSEDES: January 1, 1998 APPROVED BY Dana Ralph, Mayor Equal employment opportunity and non-discrimination in contracting requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants, and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Further, all contractors, subcontractors, consultants, suppliers, grantees, or subgrantees of the City, regardless of the value of the Agreement, are required to sign the City's Non -Discrimination Policy Declaration, prior to commencing performance. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to coordinate with the City's Title VI coordinator and perform the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. cu E L Q Q N a� m c r c 0 U c m Y 4- 0 A r U r c a� E t v Q EEO COMPLIANCE DOCUMENTS - 4 (Over $20,000) Packet Pg. 92 8.G.c KENT Number: ITP 3-01 Subject: Information Technology Personnel Policy Exhibit A Effective Date: Supersedes: Previous IT Personnel Policies Approved: Purpose This document describes personnel policies that are specific to IT staff members. City of Kent HR personnel policies are predominant on details that are not addressed on this policy. 2. Scope This policy applies to all IT staff members for whom there are specific department rules not specified in the City of Kent HR Personnel Policy manual. 2.1. Collective Bargaining Agreements Employees covered by collective bargaining agreements or Civil Service Rules will be subject to the specific terms of those agreements and rules. In the event a collective bargaining agreement or the Civil Service Rules do not contain language regarding personnel policies as specified in this document, then those employees will be governed by this policy. 2.2. Authority This policy is written by the Information Technology (IT) Department, under the authority of the IT Director and in compliance with the City's employment policies, and it supersedes all previous versions of the IT Personnel Policy. The City of Kent Employee policies shall govern all questions concerning the construction, validity and interpretation of this policy. Any exceptions to this policy must be approved in advance by the City IT Director. 2.3. References City of Kent Personnel Policies New IT Employee Cheat Sheet 3. Policy 3.1. Daily Operations 3.1.1. Core Hours Unless covered by collective bargaining agreements, vendor contracts, or otherwise authorized by the IT Director, manager and/or supervisor and documented within a personnel file, all IT department personnel must adhere to core working hours, which are 8:00 AM to 5:00 PM Monday through Friday. If an employee anticipates being more than 15 minutes late for work or absent due to sickness they must notify their manager or supervisor using a previously agreed upon method (text message, call, email). 3.1.2. Flexible Working Hours IT Department employees may request alternative work schedules pursuant to the City's Personnel Policy 2.16, Alternative Work Schedule. Eligibility is determined by the employee's direct supervisor, IT management, or Human Resources Director based on the department's needs and its ability to accommodate the alternative schedule. W E L a a N a� m c R r c 0 U c m Y 4- 0 r U r c a� E a INFORMATION TECHNOLOGY PERSONNEL POLICY- 1 Exhibit A Packet Pg. 93 8.G.c 3.1.3. Telecommuting A temporary telecommuting schedule accommodation can be put into place with the approval of the IT Director, manager and/or supervisor. Additional time reporting requirements may be instituted to ensure proper accountability. 3.1.4. Overtime Any request for overtime hours/work needs to first be approved by an employee's manager or supervisor. Approval must be sought by the employee and provided by the supervisor or manager in writing (email, captured text message, etc.) prior to the overtime work being performed. Managers, supervisors and employees are expected to keep copies of the "in -writing" approvals of overtime for audit, timekeeping, time -entry, and historical purposes. 3.1.5. Vacation Requests Requests for vacation time need to be approved in advance by an employee's manager or supervisor. Approval must be sought by the employee and provided by the supervisor or manager in the JDE system prior to the vacation being taken. Managers and supervisors are responsible for maintaining adequate levels of service and therefore reserve the right to decline vacation requests if needed. 3.1.6. Holiday Observance Unless otherwise authorized by the IT Manager and/or Director, in the event of an emergency, all departmental staff and contractors are required to observe all City established holidays and closed office notices. 3.2. Supplies and Assets Employees shall be provided with the tools required to perform their job duties as specified on their job description, as well as additional tools at the discretion of the IT Director, manager, or supervisor. 4. Standards 4.1. Performance The IT Department focuses on delivering services to the City. To provide a reliable, high -quality level of service, IT employees may occasionally be assigned with activities beyond those explicitly stated in job descriptions, contracts, or statements of work. Such activities are defined and delegated at the discretion and interpretation of the IT Director, manager, or supervisor. 4.2. Calendar Usage All IT employees must grant read-only access to their Outlook calendars to all IT divisions. This allows other users to optimally plan out their meetings, improves communication and efficiency, and saves time by eliminating the time spent going back -and -forth with them trying to pick the perfect date and time. Any appointments that contain sensitive or personal information can be marked as "private" by the v user. m 5. Revision History c Date Revision Supersedes Summary of Changes>, r U 11/29/2018 1.0 - Initial creation 1/28/2019 1.1 1.0 Added Collective Bargaining Agreements paragraph 5/16/2019 1.2 1.1 Approved by IT Management Team a INFORMATION TECHNOLOGY PERSONNEL POLICY- 2 Exhibit A Packet Pg. 94 8.G.c 6. Inquiries Direct inquiries about this policy to: Information Technology Department City of Kent 220 Fourth Ave S Kent, WA 98032 Voice: 253-856-4601 E-mail: ServiceDesk@kentwa.gov http://servicedesk/ Q INFORMATION TECHNOLOGY PERSONNEL POLICY- 3 Exhibit A Packet Pg. 95 EXHIBIT B 8.G.c INSURANCE REQUIREMENTS FOR CONSULTANT SERVICES AGREEMENTS Insurance The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Consultant shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01. The City shall be included as an Additional 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. 2. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Consultant shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property M damage of $1,000,000 per occurrence. E 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. a C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile N Liability and Commercial General Liability insurance: m 1. The Consultant's insurance coverage shall be primary insurance as respect the City. Any Insurance, self- insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not contribute with it. ' c 0 2. The Consultant agrees to provide at least 30 days' notice to the City in the event Consultant's insurance U coverage is being cancelled or substantially modified (e.g., a new carrier). m 3. The City of Kent shall be included as an additional insured on all policies (except Professional Liability) 4- as respects work performed by or on behalf of the Consultant and a copy of the endorsement naming 0, the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Consultant's Commercial General v r Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. E D. Acceptability of Insurers a Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. Packet Pg. 96 8.G.c E. Verification of Coverage Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. F. Subcontractors Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Consultant. Q Packet Pg. 97 8.G.c EXHIBIT C Job Arrangement Letter Date CONTACT NAME COMPANY NAME STREET ADDRESS 1 STREET ADDRESS 2 OR CITY, ST ZIP CITY, ST ZIP OR SPACE IF NOT REQUIRED Dear Contact First Name, Job Order Number: Job Order # Thank you for selecting xxx [OR OTHER APPLICABLE DIVISION] to meet your staffing needs. Candidate Name is scheduled to start with Company Name as a Functional Role on As agreed, we will invoice your firm at the rate of $ per hour. If applicable, overtime will be billed at 1.50 times such rate. Federal law defines overtime as hours in excess of 40 hours per week, state laws may vary. Applicable sales and service taxes shall be added to all invoices. Our professional will submit either a time sheet or an electronic time record for verification and approval at the end of each week. Your approval thereby will indicate your acceptance of the terms herein. Our accounting and operational procedures require you receive this document. This standard document will be sent with each Job Order you place with xxx. We acknowledge that xxx and Company Name have a signed agreement. The terms of the signed agreement, along with the terms of this letter, shall govern the services provided by such employee or consultant at Company Name. Please do not hesitate to contact us if you have any questions or we can be of additional service. We look forward to working with you. Sincerely, xxx Street Address 1 Street Address 2 or City, St Zip City, ST Zip or Space if not Required (800) 111-2222 W E L a a N N V d Cn c c 0 U c as Y 4- 0 A r U r c a� E t v Q Packet Pg. 98 8.H KENT WASH IN G T O N DATE: December 13, 2022 TO: Kent City Council SUBJECT: Agreement with The Segal Group, Inc., for a Non - Represented Salary Survey - Authorize MOTION: I move to authorize the Mayor to sign a Consultant Services Agreement with The Segal Group, Inc. for a non -represented employee salary survey, in an amount not to exceed $120,000, subject to final terms and conditions acceptable to the Human Resources Director and City Attorney. SUMMARY: The City of Kent, Washington ("City") requested proposals for a subject matter expert with significant experience in conducting classification reviews, salary surveys and comparative analyses, involving jurisdictions with sizes similar to the City of Kent, and offering a set of programs and services that overlaps with the City's in December 2021. The Council unanimously approved HR using a consultant to assist in the classification and compensation study and RFPs were solicited. After the RFPs were received and interviews conducted, The Segal Group, Inc. was selected as the best consulting group to manage this study. The scope of work will include the following: 1. Develop a mutually agreeable project management plan that clearly describes all phases of the project with schedules, milestones, responsibilities, constraints, and deliverables and coordinate with the City's project manager throughout the project. 2. Prepare and implement a communication program that ensures full communication to leadership and employees throughout the project and provides opportunities for meaningful engagement without unduly prolonging the process. 3. Determine recommended compensation philosophy and present to City staff for discussion. 4. Determine if changes to existing position descriptions are needed, including standardized diversity, equity and inclusion language; and if so, provide suggested changes for the City to update into these descriptions. 5. Prepare a comparative analysis that identifies the City's competitive position in a comparative labor market, including comparative city employers. 6. Prepare recommendations for compensation to maintain competitiveness, ensure equity and position the organization for future development. Packet Pg. 99 8.H 7. Provide recommendations to address budgetary considerations. 8. Coordinate with the City's project manager throughout the project. 9. Meetings - to include, but not limited to, stakeholder, employee, and Council meetings. BUDGET IMPACT: The full cost of this contract will be paid from the Human Resources Department's existing budget. SUPPORTS STRATEGIC PLAN GOAL: Innovative Government - Delivering outstanding customer service, developing leaders, and fostering innovation. Sustainable Services - Providing quality services through responsible financial management, economic growth, and partnerships. ATTACHMENTS: 1. Project Timeline (PDF) 2. Master Consulting Agreement The Segal Group (PDF) 11/15/22 Operations and Public Safety Committee MOTION PASSES RESULT: MOTION PASSES [UNANIMOUS] Next: 12/13/2022 7:00 PM MOVER: Marli Larimer, Councilmember SECONDER: Satwinder Kaur, Councilmember AYES: Boyce, Fincher, Kaur, Larimer, Michaud, Thomas, Troutner Packet Pg. 100 Moll 8.H.a I Project Timeline We understand that the City anticipates beginning this project in January 2023, with final recommendations to be presented no later than July 2023. Our proposed timeline below is consistent with that goal. Please note: Segal is unable to begin any project without a signed contract from the City ANTICIPATED TIMELINE IN MONTHS Step Mar June July Step 1: Project Initiation 7+ Step 2: Compensation Philosophy Step 3: Salary Market Assessment Step 4: Recommendations Development Step 5: Classification Analysis Step 6: Present Final Results 9582044v1/97909.902 Seg Packet Pg. 101 8.H.b KENT WISH IN c r o n CONSULTANT SERVICES AGREEMENT between the City of Kent and The Segal Group THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and The Segal Group, Inc. organized under the laws of the State of Delaware, located and doing business at 333 West 34th Street, New York, NY 10001 (hereinafter the "Consultant"). I. DESCRIPTION OF WORK. The Consultant shall perform the following services for the City in accordance with the following described plans and/or specifications: • Develop a mutually agreeable project management plan that clearly describes all phases of the project with schedules, milestones, responsibilities, constraints, and deliverables and coordinate with the City's project manager throughout the project. • Prepare and implement a communication program that ensures full communication to leadership and employees throughout the project and provides opportunities for meaningful engagement without unduly prolonging the process. • Determine recommended compensation philosophy and present to City staff for discussion. • Determine if changes to existing position descriptions are needed, including standardized diversity, equity and inclusion language; and if so, provide suggested changes for the City to update into these descriptions. • Prepare a comparative analysis that identifies the City's competitive position in a comparative labor market, including comparative city employers. • Prepare recommendations for compensation to maintain competitiveness, ensure equity and position the organization for future development. • Provide recommendations to address budgetary considerations. • Coordinate with the City's project manager throughout the project. • Meetings - to include, but not limited to, stakeholder, employee, and Council meetings. The Consultant further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time those services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon the effective date of this Agreement. The Consultant shall complete the work described in Section I on or before July 31, 2023. III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed $120,000, for the services described in this Agreement. This is the maximum amount to be paid under this Agreement for the work described in Section I above, and shall not be exceeded without the prior written authorization of the City in the form of a negotiated and executed amendment to this agreement. The Consultant agrees that the hourly or flat rate charged by it for its services contracted for herein shall remain locked at the negotiated rate(s) for a period of one (1) year from the effective date of this Agreement. The Consultant's billing rates shall be as delineated in Exhibit A. CONSULTANT SERVICES AGREEMENT - 1 (Over $20,000) Packet Pg. 102 8.H.b B. The Consultant shall submit monthly payment invoices to the City for work performed, and a final bill upon completion of all services described in this Agreement. The City shall provide payment within thirty (30) days of receipt of an invoice. If the City objects to all or any portion of an invoice, it shall notify the Consultant and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion. 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 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: A. The Consultant has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Consultant maintains and pays for its own place of business from which the Consultant's services under this Agreement will be performed. C. The Consultant has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained the Consultant's services, or the Consultant is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Consultant is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Consultant has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by the Consultant's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Consultant maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. After termination, the City may take possession of all materials prepared by Consultant and delivered to the City in connection with this project, which may be used or disclosed by the City for their intended purpose or as otherwise contemplated by this Agreement. 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 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, 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 CONSULTANT SERVICES AGREEMENT - 2 (Over $20,000) Packet Pg. 103 8.H.b protective equipment requirements that may be required under federal, state, or local law in response to the current pandemic. 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 performance and, provided, that the party prevented or delayed has not caused such event to occur and 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 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 arising from a direction by the City under this clause will be dealt with as a change order, except to the extent that the loss or damage has been caused or exacerbated by the failure of the Consultant to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Consultant. VII. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any subcontract, the Consultant, its subcontractors, or any person acting on behalf of the Consultant or subcontractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. The Consultant shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. VIII. INDEMNIFICATION. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and reasonable attorney fees, arising out of or in connection with the Consultant's negligence or willful misconduct in the performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence or willful misconduct. 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. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, agents and volunteers, the Consultant's duty to defend, indemnify, and hold the City harmless, and the Consultant's liability accruing from that obligation shall be only to the extent of the Consultant's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONSULTANT'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event 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 CONSULTANT SERVICES AGREEMENT - 3 (Over $20,000) Packet Pg. 104 8.H.b reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Consultant's part. The provisions of this section shall survive the expiration or termination of this Agreement. 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. X. EXCHANGE OF INFORMATION. The City agrees to supply to Consultant (either directly or through City's agents and representatives) on a timely basis all of the data, documentation and information (e.g., current plan design and plan documents, information concerning all plan participants and beneficiaries) reasonably needed by Consultant to perform the Services ("City Information") in a reasonably usable format. If City Information is not provided in a usable format, Consultant will notify City. If the City is unable or unwilling to convert such information into a usable format, Consultant may charge City for actual costs incurred in converting it to a usable format Consultant will have the right to reasonably rely on the accuracy and completeness of City Information. XI. OWNERSHIP AND USE OF RECORDS AND DOCUMENTS. City Information is and will remain the sole property of the City and will be safeguarded by the Consultant. The City acknowledges that, in providing the Services, Consultant will distribute or make available certain proprietary materials ("Consultant's Proprietary Information"), including, but not limited to, publications, software, know-how, techniques, methodologies and report formats. Except to the extent that they are or incorporate Consultant's Proprietary Information, all documents, data, and other tangible materials authored or prepared and delivered by Consultant to City under the terms of this Agreement (collectively, the "Deliverables"), are the sole and exclusive property of City, once paid for by City. To the extent that Consultant's Proprietary Information is incorporated into such Deliverables, City will have a perpetual, fully paid, non-exclusive, non -transferable and non-sublicensable right to use, copy, and modify Consultant's Proprietary Information as part of the Deliverables for their intended purpose. The City's use or reuse of any Deliverable on any other project or for any other purpose shall be without liability or legal exposure to the Consultant. 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. The City is specifically permitted to release copies of any Deliverables in response to a request under the Public Records Act. If The City receives a request pursuant to the Public Records Act to disclose any information provided by Consultant other than the Deliverables, the City will notify Consultant with sufficient time for Consultant to seek any legally permissible exemption from disclosure. Consultant shall be solely responsible for all costs related to seeking such exemption. 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 Agreement, the work must meet the approval of the City and shall be subject to the City's general right of inspection to secure satisfactory completion. XIII. WORK PERFORMED AT CONSULTANT'S RISK. The Consultant shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at the Consultant's own risk, and the Consultant shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XIV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non -Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this CONSULTANT SERVICES AGREEMENT - 4 (Over $20,000) Packet Pg. 105 8.H.b Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section VIII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. Additionally, an electronic copy of all notices to the Consultant shall be sent to Contract Notice@segalco.com. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non -assigning party shall be void. If the non -assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and the Consultant. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Consultant agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to the Consultant's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Consultant acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Consultant in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Consultant agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. CONSULTANT SERVICES AGREEMENT - 5 (Over $20,000) Packet Pg. 106 8.H.b K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. CONSULTANT: l� Print Name: Patrick Bracken Its Vice President DATE: 12/9/2022 NOTICES TO BE SENT TO: CONSULTANT: The Segal Group, Inc. 333 West 34th Street New York, NY 1001 (212) 251-5000 (telephone) (646) 365-3243 (facsimile) [In this field, you may enter the electronic filepath where the contract has been saved] CITY OF KENT: By: Print Name: Dana Ralph Its Mayor DATE: NOTICES TO BE SENT TO: CITY OF KENT: Teri Smith City of Kent 220 Fourth Avenue South Kent, WA 98032 (253) 856-5276 (telephone) (253) 856-6270 (facsimile) APPROVED AS TO FORM: Kent Law Department ATTEST: Kent City Clerk CONSULTANT SERVICES AGREEMENT - 6 (Over $20,000) Packet Pg. 107 8.H.b DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: For: The Segal Group, Inc. Title: Date: EEO COMPLIANCE DOCUMENTS - 1 Packet Pg. 108 8.H.b CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN CONTRACTORS POLICY: SUPERSEDES: April 1, 1996 APPROVED BY Jim White, Mayor Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 2 Packet Pg. 109 8.H.b CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before -mentioned company was the prime contractor for the Agreement known as into on the Kent that was entered (date), between the firm I represent and the City of I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before -mentioned Agreement. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 Packet Pg. 110 8.1 KENT DATE: December 13, 2022 TO: Kent City Council SUBJECT: Consolidating Budget Adjustment Ordinance for Adjustments between July 1, 2022 and September 30, 2022 - Adopt MOTION: I move to adopt Ordinance No. 4453, consolidating budget adjustments made between July 1, 2022 and September 30, 2022, reflecting an overall budget increase of $1,252,020. SUMMARY: Authorization is requested to approve the technical gross budget adjustment ordinance reflecting an overall budget increase of $1,252,020. Adjustments totaling $1,277,390 have previously been approved by Council and are summarized as follows: $215,790 in grants as follows: $150,000 Lake Fenwick WaterWorks Grant for alum treatments to help combat phosphorus pollution. $50,000 Department of Ecology Grant for water quality/stormwater capacity studies. $15,790 2022-2023 Walter -Roller Grant for traffic enforcement. $261,600 in recycling grant carryforward budgets that were previously authorized in 2021. $800,000 King County reimbursement for 84th Avenue EVH slump repairs. The remaining adjustments below, totaling a net reduction of $(25,370), have not been previously approved by Council. These include: • $8,695,000 for the transfer ($7.65m) and 2022 use ($1.045m) of General Fund funds to the Insurance Fund for Workers Compensation ($1.75m), Liability ($5.5m) and Property ($400k) Insurance. The difference between the amount transferred and used for 2022 will go directly to the Insurance Fund's fund balances. • $475,000 TIB Grant increase for sidewalk projects. • $454,830 true -up of a WDOT Commute Trip Reduction Grant to the actual amount received. Packet Pg. 111 8.1 • $150,000 to move funding for the translation of City documents to a project. • $(9,800,200) in net reductions related to Public Works and Park projects as follows: o $(4,430,000) reduction in the transfer ($2.2m) and use ($2.2m) of water project funds to provide sufficient fund balance for 2023 KEHOC funding. o $(5,280,000) reduction in the transfer ($2.64m) and use ($2.64m) of sewer project funds to provide sufficient fund balance for 2023 KEHOC funding. o $(5,744,040) reduction in the transfer ($2.87m) and use ($2.87m) of drainage project funds to provide sufficient fund balance for 2023 KEHOC funding. o These reductions are offset by $5,653,840 for the transfer ($2.83m) and use ($2.83m) of Parks funds in 2022 for the KEHOC project. BUDGET IMPACT: These expenditures are funded by grants, existing fund balance, or other new revenues. SUPPORTS STRATEGIC PLAN GOAL: Sustainable Services - Providing quality services through responsible financial management, economic growth, and partnerships. ATTACHMENTS: 1. Budget Adjustment Ordinance Q3 2022 Supp (PDF) 11/15/22 Operations and Public Safety Committee MOTION PASSES RESULT: MOTION PASSES [UNANIMOUS] Next: 12/13/2022 7:00 PM MOVER: Les Thomas, Councilmember SECONDER: Zandria Michaud, Councilmember AYES: Boyce, Fincher, Kaur, Larimer, Michaud, Thomas, Troutner Packet Pg. 112 ORDINANCE NO. 4453 AN ORDINANCE of the City Council of the City of Kent, Washington, approving the consolidating budget adjustments made between July 1, 2022 and September 30, 2022, reflecting an overall budget increase of $1,252,020. RECITALS A. Expenditures as classified in the final, adopted budget constitute the City's appropriations for that year. After adoption, there are a variety of events that will precipitate the need to amend the adopted budget, such as grant awards, bonds issuance, collective bargaining agreements and additional budget requests. These modifications are periodically consolidated into a supplemental budget adjustment ordinance amending the original adopted budget. NOW THEREFORE, THE CITY COUNCIL OF THE CITY OF KENT, WASHINGTON, DOES HEREBY ORDAIN AS FOLLOWS: ORDINANCE SECTION 1. - Budget Adjustments. The 2021-2022 biennial budget is amended to include budget fund adjustments for the third quarter of 2022 from July 1, 2022 to September 30, 2022, as summarized and set forth in Exhibit "A," which is attached and incorporated into this ordinance. Except 1 2021-2022 Budget Adjustment Third Quarter 2022 Packet Pg. 113 as amended by this ordinance, all terms and provisions of the 2021-2022 biennial budget Ordinance No. 4381, as amended by Ordinance Nos. 4404, 4411, 4413, 4419, 4421, 4429 and 4439, shall remain unchanged. SECTION 2. - Severability. If any one or more section, subsection, or sentence of this ordinance is held to be unconstitutional or invalid, such decision shall not affect the validity of the remaining portion of this ordinance and the same shall remain in full force and effect. SECTION 3. - Corrections by City Clerk or Code Reviser. Upon approval of the City Attorney, the City Clerk and the Code Reviser are authorized to make necessary corrections to this ordinance, including the correction of clerical errors; ordinance, section, or subsection numbering; or references to other local, state, or federal laws, codes, rules, or regulations. SECTION 4. - Effective Date. This ordinance shall take effect and be in force five days after publication, as provided by law. DANA RALPH, MAYOR ATTEST: KIMBERLEY A. KOMOTO, CITY CLERK APPROVED AS TO FORM: TAMMY WHITE, CITY ATTORNEY December 13, 2022 Date Approved December 13, 2022 Date Adopted December 16, 2022 Date Published 2 2021-2022 Budget Adjustment Third Quarter 2022 Packet Pg. 114 Exhibit A City of Kent Budget Adjustment Ordinance Adjustments July 1, 2022 to September 30, 2022 Fund Title Previously Approved Approval Requested Total Adjustment Ordinance General Fund - 7,650,000 7,650,000 Street Fund - 454,830 454,830 Capital Resource Fund - 2,826,920 2,826,920 Criminal Justice Fund 15,790 - 15,790 Streets Capital Projects 800,000 475,000 1,275,000 Other Capital Projects - 150,000 150,000 Facilities Capital Projects - 3,251,920 3,251,920 Water Operating Fund - (4,855,000) (4,855,000) Sewerage Operating Fund - (5,280,000) (5,280,000) Drainage Operating Fund 200,000 (5,744,040) (5,544,040) Solid Waste Operating Fund 261,600 - 261,600 Insurance Funds - 1,045,000 1,045,000 Total 1,277,390 (25,370) 1,252,020 Packet Pg. 115 Budget Adjustment Detail for Budget Changes July 1, 2022 to September 30, 2022 Approval Previously Not Previously Total Date or Approved by Approved by Adjustment Other Fund Council Council Ordinance General Fund Transfer of fund balance to Workers Compensation Fund 5620 1,750,000 1,750,000 Transfer of fund balance to Liability Insurance Fund 5670 5,500,000 5,500,000 Transfer of fund balance to Property Insurance Fund 5680 400,000 400,000 Reduce Translation of City Documents line item to move to project (150,000) (150,000) Transfer of funds for Translation of City Documents to a project 3300 150,000 150,000 Total General Fund - 7,650,000 7,650,000 Street Fund True up WDOT Commute Trip Reduction Grant to Actuals 454,830 454,830 Total Street Fund - 454,830 454,830 Capital Resource Fund Reduce Kent Memorial Park Renovation to fund KEHOC Reduce Panther Lake Park to fund KEHOC Transfer of Parks funds to KEHOC Project Transfer of Parks funds to KEHOC Project Fund Kent Memorial Park Renovation with REET2 funds Fund Panther Lake Park with REET2 funds Total Capital Resource Fund Criminal Justice Fund 2022-2023 Walker -Roller Grant Total Criminal Justice Fund Streets Capital Projects KC Reimbursement for 84th Avenue EVH Slump Repair TIB Grant Increase for sidewalk projects Total Streets Capital Projects Other Capital Projects Move Translation of City Documents funding to a project Total Other Capital Projects Facilities Capital Projects Use of Parks funds for KEHOC project Use of PW funds for KEHOC project Total Facilities Capital Projects Water Operating Fund Return project funding to fund balance for 2023 KEHOC funding Reallocate PW project funds in 2022 for KEHOC Total Water Operating Fund Sewerage Operating Fund Return project funding to fund balance for 2023 KEHOC funding Total Sewerage Operating Fund Drainage Operating Fund Return project funding to fund balance for 2023 KEHOC funding Lake Fenwick WaterWorks Grant Department of Ecology Grant for Water Quality/Stormwater Capacity Total Drainage Operating Fund Solid Waste Operating Fund Recycling Grant Carryforward Total Solid Waste Operating Fund Insurance Funds Workers Compensation - use of funds transferred in from General Fund Liability Insurance - use of funds transferred in from General Fund Property Insurance - use of funds transferred in from General Fund Total Insurance Funds Grand Total All Funds (1,826,920) (1,826,920) (1,000,000) (1,000,000) 3500 1,826,920 1,826,920 3500 1,000,000 1,000,000 1,826,920 1,826,920 1,000,000 1,000,000 - 2,826,920 2,826,920 KCC 3.70 15,790 15,790 15,790 - 15,790 12/14/21 800,000 800,000 475,000 475,000 800,000 475,000 1,275,000 1000 150,000 150,000 150,000 150,000 1500 2,826,920 4100 425,000 2,826,920 425,000 - 3,251,920 3,251,920 (4,430,000) (4,430,000) 3500 (425,000) (425,000) - (4,855,000) (4,855,000) (5,280,000) (5,280,000) - (5,280,000) (5,280,000) (5,744,040) (5,744,040) 4/5/22 150,000 150,000 KCC 3.70 50,000 50,000 200,000 (5,744,040) (5,544,040) 2021 261,600 261,600 261,600 - 261,600 1000 550,000 550,000 1000 450,000 450,000 1000 45,000 45,000 - 1,045,000 1,045,000 1,277,390 (25,370) 1,252,020 Packet Pg. 116 8.J KENT WASH IN G T O N DATE: December 13, 2022 TO: Kent City Council SUBJECT: Grant Agreement with Department of Commerce for the City's Periodic Update to its Comprehensive Plan - Authorize MOTION: I move to authorize the Mayor to accept the Department of Commerce's grant in the amount of $325,000, amend the budget and authorize expenditure of the grant funds, and authorize the Mayor to sign the grant agreement and all necessary documents, subject to the final terms and conditions acceptable to the City Attorney and Economic and Community Development Director. SUMMARY: During the 2022 legislative session, the State legislature allocated grant funding to assist counties and cities in their efforts to complete periodic updates to their Growth Management Act Comprehensive Plans and development regulations. The grant funding is awarded based on population size of a jurisdiction. Kent is eligible for $325,000 in grant funds. Since the grant funding cycle spans two state biennial budgets, grants will be disbursed in equal portions over two phases. Phase 1 funding ($162,500) will reimburse work through June 30, 2023. Phase 2 funding ($162,500) will reimburse work after July 1, 2023. Grant funds can be used to cover most activities related to the review and update of Comprehensive Plans and development regulations. Economic and Community Development staff submitted a grant application for $325,000 to offset contract costs for a consultant services agreement with MIG, Inc. (the contract was authorized by Council on September 20, 2022). BUDGET IMPACT: $325,000 to offset the $544,090 consultant services contract with MIG, Inc. SUPPORTS STRATEGIC PLAN GOAL: Thriving City - Creating safe neighborhoods, healthy people, vibrant commercial districts, and inviting parks and recreation. Packet Pg. 117 8.J Sustainable Services - Providing quality services through responsible financial management, economic growth, and partnerships. ATTACHMENTS: 1. Commerce Grant (PDF) 12/06/22 Operations and Public Safety Committee MOTION PASSES RESULT: MOTION PASSES [UNANIMOUS] Next: 12/13/2022 7:00 PM MOVER: Brenda Fincher, Councilmember SECONDER: Zandria Michaud, Councilmember AYES: Boyce, Fincher, Kaur, Larimer, Michaud, Thomas, Troutner Packet Pg. 118 8.J.a .�►. Washington State Department of �i►� Commerce Interagency Agreement with For City of Kent through Growth Management Services Contract Number: 23-63210-015 GMA Periodic Update Grant — FY2023 Dated: Date of Execution Packet Pg. 119 8.J.a 1► Washing -.on Sale Department of Commerce Table of Contents TABLE OF CONTENTS.............................................................................................................................2 FACESHEET.........................................................................................................................................3 SPECIAL TERMS AND CONDITIONS...........................................................................................................4 1. AUTHORITY.............................................................................................................................................................4 2. CONTRACT MANAGEM ENT ...................................................................................................................................4 3. COMPENSATION....................................................................................................................................................4 4. BILLING PROCEDURES AND PAYMENT..................................................................................................................4 5. SUBCONTRACTOR DATA COLLECTION..................................................................................................................5 6. INSURANCE.............................................................................................................................................................5 7. FRAUD AND OTHER LOSS REPORTING..................................................................................................................5 8. ORDER OF PRECEDENCE........................................................................................................................................5 GENERAL TERMS AND CONDITIONS.........................................................................................................6 1. DEFINITIONS...........................................................................................................................................................6 2. ALL WRITINGS CONTAINED HEREIN......................................................................................................................6 3. AMENDMENTS.......................................................................................................................................................6 4. ASSIGNMENT..........................................................................................................................................................6 5. CONFIDENTIALITY AND SAFEGUARDING OF INFORMATION...............................................................................6 6. COPYRIGHT.............................................................................................................................................................7 7. DISPUTES................................................................................................................................................................7 8. GOVERNING LAWANDVENUE..............................................................................................................................8 9. INDEMNIFICATION................................................................................................................................................. 8 10. LICENSING, ACCREDITATION AND REGISTRATION...............................................................................................8 11. RECAPTURE.............................................................................................................................................................8 12. RECORDS MAINTENANCE......................................................................................................................................8 13. SAVINGS..................................................................................................................................................................8 14. SEVERABILITY.........................................................................................................................................................8 15. SUBCONTRACTING.................................................................................................................................................9 16. SURVIVAL................................................................................................................................................................9 17. TERMINATION FOR CAUSE....................................................................................................................................9 18. TERMINATION FOR CONVENIENCE.......................................................................................................................9 19. TERMINATION PROCEDURES................................................................................................................................9 20. TREATMENT OF ASSETS.......................................................................................................................................10 21. WAIVER.................................................................................................................................................................11 ATTACHMENT A• SCOPE OF WORK 12 E2 ATTACHMENT B: BUDGET....................................................................................................................14 ,L^ V V L CE G 0 U a Pa e2of14 Packet Pg. 120 Washington Sale .0�, Depa•trrient of Commerce 8.J.a Face Sheet Local Government Division Growth Management Services Contract Number: 23-63210-015 1. Contractor 2. Contractor Doing Business As (as applicable) City of Kent N/A Economic and Community Development 220 4th Ave S Kent, WA 98032 3. Contractor Representative 4. COMMERCE Representative Kristen Holdsworth Catherine McCoy PO Box 42525 Long Range Planning Manager Senior Planner 1011 Plum St. SE (253) 856-5441 (360) 725-2910 Olympia, WA 98504 kholdsworth(aD,kentwa.gov catherine.mccoV(Dcommerce.wa.gov 5. Contract Amount 6. Funding Source 7. Start Date 8. End Date $162,500 Federal: ❑ State: ® Other: ❑ N/A: ❑ Date of Execution June 30, 2023 9. Federal Funds (as applicable) Federal Agency: ALN N/A N/A N/A 10. Tax ID # 11. SWV# 12. UBI # 13. UEI # N/A SW V0000552-00 173-000-002 N/A 14. Contract Purpose Grant funding to assist the city with planning work for the completion the Growth Management Act (GMA) requirement to review, and if needed, revise the comprehensive plan and development regulations under RCW 36.70A.130(5). COMMERCE, defined as the Department of Commerce, and the Contractor, as defined above, acknowledge and accept the terms of this Contract and Attachments and have executed this Contract on the date below and warrant they are authorized to bind their respective agencies. The rights and obligations of both parties to this Contract are governed by this Contract and the following documents incorporated by reference: Contractor Terms and Conditions including Attachment "A" — Scope of Workand Attachment B - Budget FOR CONTRACTOR FOR COMMERCE Mark K. Barkley, Assistant Director Dana Ralph, Mayor City of Kent Local Government Division Date Date APPROVED AS TO FORM ONLY BY ASSISTANT ATTORNEY GENERAL APPROVAL ON FILE c 0 ,L^ V as U L 0 E E 0 U c m E t c� Q Pa Packet Pg. 121 8.J.a Washington Sale .0�, Depa•trrient of Commerce Special Terms and Conditions AUTHORITY COMMERCE and Contractor enter into this Contract pursuant to the authority granted by Chapter 39.34 RCW. 2. CONTRACT MANAGEMENT The Representative for each of the parties shall be responsible for and shall be the contact person for all communications and billings regarding the performance of this Contract. The Representative for COMMERCE and their contact information are identified on the Face Sheet of this Contract. The Representative for the Contractor and their contact information are identified on the Face Sheet of this Contract. 3. COMPENSATION COMMERCE shall pay an amount not to exceed one hundred sixty-two thousand, five hundred dollars ($162,500), for the performance of all things necessary for or incidental to the performance of work under this Contract as set forth in the Scope of Work. 4. BILLING PROCEDURES AND PAYMENT COMMERCE will pay Contractor upon acceptance of services and deliverables provided and receipt of properly completed invoices, which shall be submitted to the Representative for COMMERCE not more often than monthly nor less than quarterly. The parties agree this is a performance -based contract intended to produce the deliverables identified in Scope of Work (Attachment A). Payment of any invoice shall be dependent upon COMMERCE'S acceptance of Contractor's performance and/or deliverable. The invoices shall describe and document, to COMMERCE's satisfaction, a description of the work performed, the progress of the project, and fees. The invoice shall include the Contract Number 23-63210-015. If expenses are invoiced, provide a detailed breakdown of each type. A receipt must accompany any single expenses in the amount of $50.00 or more in order to receive reimbursement. Payment shall be considered timely if made by COMMERCE within thirty (30) calendar days after receipt of properly completed invoices. Payment shall be sent to the address designated by the Contractor. COMMERCE may, in its sole discretion, terminate the Contract or withhold payments claimed by the Contractor for services rendered if the Contractor fails to satisfactorily comply with any term or condition of this Contract. No payments in advance or in anticipation of services or supplies to be provided under this Agreement shall be made by COMMERCE. Grant Start Date COMMERCE will pay the Contractor for costs incurred beginning July 1, 2022, for services and deliverables described under this Agreement_ Duplication of Billed Costs The Contractor shall not bill COMMERCE for services performed under this Agreement, and COMMERCE shall not pay the Contractor, if the Contractor is entitled to payment or has been or will be paid by any other source, including grants, for that service. Pa Packet Pg. 122 8.J.a Washing:ori Sale .0�, Depa•'rrient of %01 Commerce Disallowed Costs The Contractor is responsible for any audit exceptions or disallowed costs incurred by its own organization or that of its subcontractors. COMMERCE may, in its sole discretion, withhold ten percent (10%) from each payment until acceptance by COMMERCE of the final report (or completion of the project, etc.). Line Item Transfers The total amount of transfers of funds between line item budget categories shall not exceed ten percent (10%) of the total budget. If the cumulative amount of these transfers exceeds or is expected to exceed ten percent, the total budget shall be subject to justification and negotiation of a contracts amendment by the Contractor and COMMERCE. Ineligible Costs Only eligible project -related costs will be reimbursed. Ineligible costs include, but are not necessarily limited to: capital expenses, such as land acquisition or construction costs; purchase of machinery; hosting expenses, such as meals, lodging, or transportation incurred by persons other than staff and volunteers working directly on the project; lobbying or political influencing; and other costs which are not directly related to the project. 5. SUBCONTRACTOR DATA COLLECTION Contractor will submit reports, in a form and format to be provided by Commerce and at intervals as agreed by the parties, regarding work under this Contract performed by subcontractors and the portion of Contract funds expended for work performed by subcontractors, including but not necessarily limited to minority -owned, woman -owned, and veteran -owned business subcontractors. "Subcontractors" shall mean subcontractors of any tier. 6. INSURANCE Each party certifies that it is self -insured under the State's or local government self-insurance liability program, and shall be responsible for losses for which it is found liable. 7. FRAUD AND OTHER LOSS REPORTING Contractor shall report in writing all known or suspected fraud or other loss of any funds or other property furnished under this Contract immediately or as soon as practicable to the Commerce Representative identified on the Face Sheet. 8. ORDER OF PRECEDENCE In the event of an inconsistency in this Contract, the inconsistency shall be resolved by giving precedence in the following order: • Applicable federal and state of Washington statutes and regulations • Special Terms and Conditions • General Terms and Conditions • Attachment A — Scope of Work • Attachment B — Budget Pa Packet Pg. 123 Washington Sale .0�, Depa•trrient of Commerce 8.J.a General Terms and Conditions DEFINITIONS As used throughout this Contract, the following terms shall have the meaning set forth below: A "Authorized Representative" shall mean the Director and/or the designee authorized in writing to act on the Director's behalf. B. "COMMERCE" shall mean the Washington Department of Commerce. C. "Contract" or "Agreement" or "Grant' means the entire written agreement between COMMERCE and the Contractor, including any Attachments, documents, or materials incorporated by reference. E-mail or Facsimile transmission of a signed copy of this contract shall be the same as delivery of an original. D. "Contractor" or "Grantee" shall mean the entity identified on the face sheet performing service(s) under this Contract, and shall include all employees and agents of the Contractor. E. "Personal Information" shall mean information identifiable to any person, including, but not limited to, information that relates to a person's name, health, finances, education, business, use or receipt of governmental services or other activities, addresses, telephone numbers, social security numbers, driver license numbers, other identifying numbers, and any financial identifiers, and "Protected Health Information" under the federal Health Insurance Portability and Accountability Act of 1996 (HIPAA). F. "State" shall mean the state of Washington. G. "Subcontractor" shall mean one not in the employment of the Contractor, who is performing all or part of those services under this Contract under a separate contract with the Contractor. The terms "subcontractor" and "subcontractors" mean subcontractor(s) in any tier. 2. ALL WRITINGS CONTAINED HEREIN This Contract contains all the terms and conditions agreed upon by the parties. No other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to east or to bind any of the parties hereto. 3. AMENDMENTS This Contract may be amended by mutual agreement of the parties. Such amendments shall not be binding unless they are in writing and signed by personnel authorized to bind each of the parties. 4. ASSIGNMENT Neither this Contract, work thereunder, nor any claim arising under this Contract, shall be transferred or assigned by the Contractor without prior written consent of COMMERCE. 5. CONFIDENTIALITY AND SAFEGUARDING OF INFORMATION A "Confidential Information" as used in this section includes: i. All material provided to the Contractor by COMMERCE that is designated as "confidential" by COMMERCE; ii. All material produced by the Contractor that is designated as "confidential" by COMMERCE; and Pa Packet Pg. 124 8.J.a Washington Sale .0�, Depa•trrient of Commerce iii. All Personal Information in the possession of the Contractor that may not be disclosed under state or federal law. B. The Contractor shall comply with all state and federal laws related to the use, sharing, transfer, sale, or disclosure of Confidential Information. The Contractor shall use Confidential Information solely for the purposes of this Contract and shall not use, share, transfer, sell or disclose any Confidential Information to any third party except with the prior written consent of COMMERCE or as may be required by law. The Contractor shall take all necessary steps to assure that Confidential Information is safeguarded to prevent unauthorized use, sharing, transfer, sale or disclosure of Confidential Information or violation of any state or federal laws related thereto. Upon request, the Contractor shall provide COMMERCE with its policies and procedures on confidentiality. COMMERCE may require changes to such policies and procedures as they apply to this Contract whenever COMMERCE reasonably determines that changes are necessary to prevent unauthorized disclosures. The Contractor shall make the changes within the time period specified by COMMERCE. Upon request, the Contractor shall immediately return to COMMERCE any Confidential Information that COMMERCE reasonably determines has not been adequately protected by the Contractor against unauthorized disclosure. C. Unauthorized Use or Disclosure. The Contractor shall notify COMMERCE within five (5) working days of any unauthorized use or disclosure of any confidential information, and shall take necessary steps to mitigate the harmful effects of such use or disclosure. 6. COPYRIGHT Unless otherwise provided, all Materials produced under this Contract shall be considered "works for hire" as defined by the U.S. Copyright Act and shall be owned by COMMERCE. COMMERCE shall be considered the author of such Materials. In the event the Materials are not considered "works for hire" under the U.S. Copyright laws, the Contractor hereby irrevocably assigns all right, title, and interest in all Materials, including all intellectual property rights, moral rights, and rights of publicity to COMMERCE effective from the moment of creation of such Materials. "Materials" means all items in any format and includes, but is not limited to, data, reports, documents, pamphlets, advertisements, books, magazines, surveys, studies, computer programs, films, tapes, and/or sound reproductions. "Ownership" includes the right to copyright, patent, register and the ability to transfer these rights. For Materials that are delivered under the Contract, but that incorporate pre-existing materials not produced under the Contract, the Contractor hereby grants to COMMERCE a nonexclusive, royalty - free, irrevocable license (with rights to sublicense to others) in such Materials to translate, reproduce, distribute, prepare derivative works, publicly perform, and publicly display. The Contractor warrants and represents that the Contractor has all rights and permissions, including intellectual property rights, moral rights and rights of publicity, necessary to grant such a license to COMMERCE. The Contractor shall exert all reasonable effort to advise COMMERCE, at the time of delivery of Materials furnished under this Contract, of all known or potential invasions of privacy contained therein and of any portion of such document which was not produced in the performance of this Contract. The Contractor shall provide COMMERCE with prompt written notice of each notice or claim of infringement received by the Contractor with respect to any Materials delivered under this Contract. COMMERCE shall have the right to modify or remove any restrictive markings placed upon the Materials by the Contractor. 7. DISPUTES In the event that a dispute arises under this Agreement, it shall be determined by a Dispute Board in the following manner: Each party to this Agreement shall appoint one member to the Dispute Board. The members so appointed shall jointly appoint an additional member to the Dispute Board. The Dispute Board shall review the facts, Agreement terms and applicable statutes and rules and make a determination of the dispute. The Dispute Board shall thereafter decide the dispute with the majority Paize 7 of 14 Packet Pg. 125 8.J.a Washington Sale .0�, Depa•trrient of Commerce prevailing. The determination of the Dispute Board shall be final and binding on the parties hereto. As an alternative to this process, either of the parties may request intervention by the Governor, as provided by RCW 43.17.330, in which event the Governor's process will control. 8. GOVERNING LAW AND VENUE This Contract shall be construed and interpreted in accordance with the laws of the state of Washington, and the venue of any action brought hereunder shall be in the Superior Court for Thurston County. 9. INDEMNIFICATION Each party shall be solely responsible for the acts of its employees, officers, and agents 10. LICENSING, ACCREDITATION AND REGISTRATION The Contractor shall comply with all applicable local, state, and federal licensing, accreditation and registration requirements or standards necessary for the performance of this Contract. 11. RECAPTURE In the event that the Contractor fails to perform this Contract in accordance with state laws, federal laws, and/or the provisions of this Contract, COMMERCE reserves the right to recapture funds in an amount to compensate COMMERCE for the noncompliance in addition to any other remedies available at law or in equity. Repayment by the Contractor of funds under this recapture provision shall occur within the time period specified by COMMERCE. In the alternative, COMMERCE may recapture such funds from payments due under this Contract. 12. RECORDS MAINTENANCE The Contractor shall maintain books, records, documents, data and other evidence relating to this contract and performance of the services described herein, including but not limited to accounting procedures and practices that sufficiently and properly reflect all directand indirect costs of any nature expended in the performance of this contract. The Contractor shall retain such records for a period of six years following the date of final payment. At no additional cost, these records, including materials generated under the contract, shall be subject at all reasonable times to inspection, review or audit by COMMERCE, personnel duly authorized by COMMERCE, the Office of the State Auditor, and federal and state officials so authorized by law, regulation or agreement. 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. 13. SAVINGS In the event funding from state, federal, or other sources is withdrawn, reduced, or limited in any way after the effective date of this Contract and prior to normal completion, COMMERCE may suspend or terminate the Contract under the "Termination for Convenience" clause, without the ten calendar day notice requirement. In lieu of termination, the Contract may be amended to reflect the new funding limitations and conditions. 14. SEVERABILITY The provisions of this contract are intended to be severable. If any term or provision is illegal or invalid for any reason whatsoever, such illegality or invalidity shall not affect the validity of the remainder of the contract. Pa Packet Pg. 126 8.J.a Washington Sale .0�, Depa•trrient of Commerce 15. SUBCONTRACTING The Contractor may only subcontract work contemplated under this Contract if it obtains the prior written approval of COMMERCE. If COMMERCE approves subcontracting, the Contractor shall maintain written procedures related to subcontracting, as well as copies of all subcontracts and records related to subcontracts. For cause, COMMERCE in writing may: (a) require the Contractor to amend its subcontracting procedures as they relate to this Contract; (b) prohibit the Contractor from subcontracting with a particular person or entity; or (c) require the Contractor to rescind or amend a subcontract. Every subcontract shall bind the Subcontractor to follow all applicable terms of this Contract. The Contractor is responsible to COMMERCE if the Subcontractor fails to comply with any applicable term or condition of this Contract. The Contractor shall appropriately monitor the activities of the Subcontractor to assure fiscal conditions of this Contract. In no event shall the existence of a subcontract operate to release or reduce the liability of the Contractor to COMMERCE for any breach in the performance of the Contractor's duties. Every subcontract shall include a term that COMMERCE and the State of Washington are not liable for claims or damages arising from a Subcontractor's performance of the subcontract. 16. SURVIVAL The terms, conditions, and warranties contained in this Contract that by their sense and context are intended to survive the completion of the performance, cancellation or termination of this Contract shall so survive. 17. TERMINATION FOR CAUSE In the event COMMERCE determines the Contractor has failed to comply with the conditions of this contract in a timely manner, COMMERCE has the right to suspend or terminate this contract. Before suspending or terminating the contract, COMMERCE shall notify the Contractor in writing of the need to take corrective action. If corrective action is not taken within 30 calendar days, the contract may be terminated or suspended. In the event of termination or suspension, the Contractor shall be liable for damages as authorized by law including, but not limited to, any cost difference between the original contract and the replacement or cover contract and all administrative costs directly related to the replacement contract, e.g., cost of the competitive bidding, mailing, advertising and staff time. COMMERCE reserves the right to suspend all or part of the contract, withhold further payments, or prohibit the Contractor from incurring additional obligations of funds during investigation of the alleged compliance breach and pending corrective action by the Contractor or a decision by COMMERCE to terminate the contract. A termination shall be deemed a "Termination for Convenience" if it is determined that the Contractor: (1) was not in default; or (2) failure to perform was outside of his or her control, fault or negligence. The rights and remedies of COMMERCE provided in this contract are not exclusive and are, in addition to any other rights and remedies, provided by law. 18. TERMINATION FOR CONVENIENCE Except as otherwise provided in this Contract, COMMERCE may, by ten (10) business days written notice, beginning on the second day after the mailing, terminate this Contract, in whole or in part. If this Contract is so terminated, COMMERCE shall be liable only for payment required under the terms of this Contract for services rendered or goods delivered prior to the effective date of termination. 19. TERMINATION PROCEDURES Upon termination of this contract, COMMERCE, in addition to any other rights provided in this contract, may require the Contractor to deliver to COMMERCE any property specifically produced or acquired for the performance of such part of this contract as has been terminated. The provisions of the "Treatment of Assets" clause shall apply in such property transfer. Pa Packet Pg. 127 8.J.a Washington Sale .0�, Depa•trrient of Commerce COMMERCE shall pay to the Contractor the agreed upon price, if separately stated, for completed work and services accepted by COMMERCE, and the amount agreed upon by the Contractor and COMMERCE for (i) completed work and services for which no separate price is stated, (ii) partially completed work and services, (iii) other property or services that are accepted by COMMERCE, and (iv) the protection and preservation of property, unless the termination is for default, in which case the Authorized Representative shall determine the extent of the liability of COMMERCE. Failure to agree with such determination shall be a dispute within the meaning of the "Disputes" clause of this contract. COMMERCE may withhold from any amounts due the Contractor such sum as the Authorized Representative determines to be necessary to protect COMMERCE against potential loss or liability. The rights and remedies of COMMERCE provided in this section shall not be exclusive and are in addition to any other rights and remedies provided by law or under this contract. After receipt of a notice of termination, and except as otherwise directed by the Authorized Representative, the Contractor shall: A. Stop work under the contract on the date, and to the extent specified, in the notice; B. Place no further orders or subcontracts for materials, services, or facilities except as may be necessary for completion of such portion of the work under the contract that is not terminated; C. Assign to COMMERCE, in the manner, at the times, and to the extent directed by the Authorized Representative, all of the rights, title, and interest of the Contractor under the orders and subcontracts so terminated, in which case COMMERCE has the right, at its discretion, to settle or pay any or all claims arising out of the termination of such orders and subcontracts; D. Settle all outstanding liabilities and all claims arising out of such termination of orders and subcontracts, with the approval or ratification of the Authorized Representative to the extent the Authorized Representative may require, which approval or ratification shall be final for all the purposes of this clause; E. Transfer title to COMMERCE and deliver in the manner, at the times, and to the extent directed by the Authorized Representative any property which, if the contract had been completed, would have been required to be furnished to COMMERCE; F. Complete performance of such part of the work as shall not have been terminated by the Authorized Representative; and G. Take such action as may be necessary, or as the Authorized Representative may direct, for the protection and preservation of the property related to this contract, which is in the possession of the Contractor and in which COMMERCE has or may acquire an interest. 20. TREATMENT OF ASSETS Title to all property furnished by COMMERCE shall remain in COMMERCE. Title to all property furnished by the Contractor, for the cost of which the Contractor is entitled to be reimbursed as a direct item of cost under this contract, shall pass to and vest in COMMERCE upon delivery of such property by the Contractor. Title to other property, the cost of which is reimbursable to the Contractor under this contract, shall pass to and vest in COMMERCE upon (i) issuance for use of such property in the performance of this contract, or (ii) commencement of use of such property in the performance of this contract, or (iii) reimbursement of the cost thereof by COMMERCE in whole or in part, whichever first occurs. A. Any property of COMMERCE furnished to the Contractor shall, unless otherwise provided herein or approved by COMMERCE, be used only for the performance of this contract. B. The Contractor shall be responsible for any loss or damage to property of COMMERCE that results from the negligence of the Contractor or which results from the failure on the part of the Contractor to maintain and administer that property in accordance with sound management Pag Packet Pg. 128 8.J.a Washington Sale .0�, Depa•trrient of Commerce practices. C. If any COMMERCE property is lost, destroyed or damaged, the Contractor shall immediately notify COMMERCE and shall take all reasonable steps to protect the property from further damage. D. The Contractor shall surrender to COMMERCE all property of COMMERCE prior to settlement upon completion, termination or cancellation of this contract. E. All reference to the Contractor under this clause shall also include Contractor's employees, agents or Subcontractors. 21. WAIVER Waiver of any default or breach shall not be deemed to be a waiver of any subsequent default or breach. Any waiver shall not be construed to be a modification of the terms of this Contract unless stated to be such in writing and signed by Authorized Representative of COMMERCE. Pag Packet Pg. 129 8.J.a Washington SIale .0�, Depa•trrient of Commerce Attachment A: Scope of Work Tasks / Actions Description End Date / Deliverables Task 1 Existing Conditions Analysis, December 2022 Comprehensive Plan review, and Equity Assessment Action 1.1 Kick-off meeting October 2022 Action 1.2 Comprehensive plan regulatory and equity December 2022 assessment utilizing the periodic update checklist. Action 1.3 Baseline condition analysis December 2022 Action 1.4 Land Use and Planning Board and Council December 2022 work session to establish priorities Deliverable 1 Commerce periodic checklist December 31, 2022 Deliverable 2 Baseline condition analysis December 31, 2022 Task 2 Public Engagement and Outreach December 2022 Action 2.1 Draft a public engagement plan with input December 2022 from the City's Race and Equity Manager Deliverable 3 Public engagement plan December 31, 2022 Task 3 Phase 1 - Public Outreach and June 2023/ Engagement Ongoing Action 3.1 Begin outreach and engagement through: June 2023 • Focus groups • Advisory groupmeetings .y L Q E 0 U 0 Q. a 0 a Y) U a� L0 a� a� E E 0 U 0 c m 0 a a� 0 3 c m E a� a� L Q r 0 L c� o� M M M ,L^ V U L 0 E E 0 U c a� E 0 a Page 12 of 14 Packet Pg. 130 8.J.a Washington SIale .0�, Depa•trrient of Commerce • Open houses and other community events Action 3.2 Community kickoff and EIS scoping June 2023 Action 3.3 Other public meetings and outreach June 2023 Deliverable 4 Summary of Phase 1 outreach June 30, 2023 Deliverable 5 EIS Scoping Memo June 30, 2023 .y c a� a� L a E 0 U 0 r Q. a 0 �L a. Y) U a� t .r L 0 (i L E E 0 U 4- 0 c m E m t .r 3 c m E m m L Q r ,L^ V M M C R ,L^ V V L 0 E E 0 U E L c.i Q Page 13 of 14 Packet Pg. 131 8.J.a Washington SIale .0�, Depa•trrient of Commerce Attachment B: Budget SFY 2023 Task/Deliverable SFY 2023 Amount Deliverable 1. Commerce periodic checklist $20,000 Deliverable 2. Baseline condition analysis $20,000 Deliverable 3. Public Engagement Plan $42,500 Deliverable 4. Summary of phase 1 public outreach $30,000 Deliverable 5. EIS Scoping Memo $50,000 Total Grant (SFY 2023 only) $162,500 M M C R ,L^ V V L 0 E E 0 U E L c.i Q Page 14 of 14 Packet Pg. 132 8.K KENT DATE: December 13, 2022 TO: Kent City Council SUBJECT: Amendment #4 to Consultant Services Agreement with Robert Half International, Inc., for IT Temporary Staff — Authorize MOTION: I move to authorize the Mayor to sign Amendment No. 4 to the Consultant Services Agreement with Robert Half International, Inc., in an amount not to exceed the previously established budget of $740,000.00, through December 31, 2023, subject to final terms and conditions acceptable to the IT Director and City Attorney. SUMMARY: The City's Information Technology Department ("IT Department") contracts with a number of employment agencies to retain temporary workers, on an as -needed basis, to support many of the City's technology projects and service needs. The City's IT Department seeks Council approval to enter into Amendment No. 4 with Robert Half International, Inc. so long as the costs associated with this contract can be paid for within budgets established and authorized by Council for the 2023 and 2024 biennium in an amount not to exceed $740,000.00. This not to exceed amount is a part of IT's 2023 and 2024 Council authorized amount for all staffing agencies of $2,200,000.00. The City will pay the Consultant, based on time and materials, for services provided under the term of this agreement. IT will monitor fees charged in relation to this collective budgeted amount to ensure the amounts paid to all employment agencies for temporary workers does not exceed the budgeted amounts approved by Council. BUDGET IMPACT: 2023 Operating and Capital Budget - Cost Impact $740,000.00 SUPPORTS STRATEGIC PLAN GOAL: Evolving Infrastructure - Connecting people and places through strategic investments in physical and technological infrastructure. ATTACHMENTS: 1. Robert Half International, Inc. - Amendment No. 4 (PDF) Packet Pg. 133 8.K 12/06/22 Operations and Public Safety Committee MOTION PASSES RESULT: MOTION PASSES [UNANIMOUS] Next: 12/13/2022 7:00 PM MOVER: Zandria Michaud, Councilmember SECONDER: Brenda Fincher, Councilmember AYES: Boyce, Fincher, Kaur, Larimer, Michaud, Thomas, Troutner Packet Pg. 134 8.K.a • KENT WAS H I N G T O N AMENDMENT NO. 4 NAME OF CONSULTANT OR VENDOR: Robert Half International CONTRACT NAME & PROJECT NUMBER: Temporary Staffing & Recruitment, #CAG2019-389 ORIGINAL AGREEMENT DATE: August 14, 2019 This Amendment is made between the City and the above -referenced Consultant or Vendor and amends the original Agreement and all prior Amendments. All other provisions of the original Agreement or prior Amendments not inconsistent with this Amendment shall remain in full force and effect. For valuable consideration and by mutual consent of the parties, Consultant or Vendor's work is modified as follows: 1. Time of Completion. Section II of the Agreement, entitled "Time of Completion," authorized extensions of the Agreement for successive one (1) year terms through an amendment authorized by the parties. Previous amendments have extended the Time of Completion to December 31, 2022. Consistent with Section II, the parties desire to amend the Agreement's term, to extend for an additional successive one (1) year term or until all current Assigned Individuals complete their assignments as specified within signed Job Arrangement Letters, whichever ends first. 2. Compensation. Section III of the Agreement, entitled "Compensation," is a amended to add the following paragraph: co M C. Through this Amendment No. 4, the compensation paid to Consultant from January 1, 2023 through December 31, 2023 z° will not exceed $740,000.00. c a� E The Consultant or Vendor accepts all requirements of this Amendment by signing below, by its signature waives any protest or claim it may have regarding this Amendment, and a acknowledges and accepts that this Amendment constitutes full payment and final settlement of ' all claims of any kind or nature arising from or connected with any work either covered or affected by this Amendment, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Amendment, unless o otherwise provided, does not relieve the Consultant or Vendor from strict compliance with the guarantee and warranty provisions of the original Agreement., c All acts consistent with the authority of the Agreement, previous Amendments (if any), and this Amendment, prior to the effective date of this Amendment, are hereby ratified and = affirmed, and the terms of the Agreement, previous Amendments (if any), and this Amendment shall be deemed to have applied. u The parties whose names appear below swear under penalty of perjury that they are E authorized to enter into this Amendment, which is binding on the parties of this contract. r r a AMENDMENT - 1 OF 2 Packet Pg. 135 8.K.a IN WITNESS, the parties below have executed this Amendment, which will become effective on the last date written below. CONSULTANT/VENDOR: By: Print Name: Its (signature) (title) DATE: ATTEST: Kent City Clerk [In this field, you may enter the electronic filepath where the contract has been saved] CITY OF KENT: By: Print Name: Its (signature) (title) DATE: APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department T— oo M M le O Z C N E c N E a 0 :r c� c L d L d N0 LPL C d E t V R Q AMENDMENT - 2 OF 2 Packet Pg. 136 8.L KENT WASH IN G T O N DATE: December 13, 2022 TO: Kent City Council SUBJECT: Consolidating Budget Adjustment Ordinance for Adjustments between October 1, 2022, and November 30, 2022 - Adopt MOTION: I move to adopt Ordinance No. 44SS, consolidating budget adjustments made between October 1, 2022, and November 30, 2022, reflecting an overall budget increase of $12,942,S40. SUMMARY: Authorization is requested to approve the technical gross budget adjustment ordinance reflecting an overall budget increase of $12,942,540. Adjustments totaling $7,219,130 have previously been approved by Council and are summarized as follows: $5,832,100 in grants as follows: $3,735,760 WSDOT Local Program Grant for 761" Avenue South. $1,074,440 Washington State Administrative Office of the Court (AOC) Grant for reimbursement of State v Blake costs. $457,460 KC Land Acquisition Grant to purchase the Mendel Property. $246,890 SEEK Grant for summer parks programs. $125,000 Washington State AOC Grant for Kent Community Court. $80,000 King Conservation District Grant for Parks maintenance. $75,000 KC Grant for West Fenwick Park. $37,550 in miscellaneous small grants for various Parks programs. $610,950 to establish the Senior Levy Budget for 2022. $439,010 to establish a budget for the 2022 Art Plan. $183,070 budget carryforward of 2021 Fire expense paid in 2022. $154,000 to establish the budget for a City-wide Equity Training Program. The remaining adjustments totaling $5,723,410 have not been previously Packet Pg. 137 8.L approved by Council. Highlights include: $1,467,290 to move Facilities Lifecycle funds to Facilities projects including roof repairs ($450k), HVAC Lifecycle ($409k), building maintenance ($258k), floor coverings ($145k), parking lot sealcoats ($114k) and kitchen equipment ($91k). $1,400,000 to establish a budget for the use of Shuttered Venue Operators Grant (SVOG) funds for operating costs ($500k) and capital expenditures ($900k), including a cashiering and perishable inventory management system and kitchen equipment. $1,200,000 for the King County passthrough expense, which is offset by increased revenues. $820,160 to recognize increased Affordable Housing Sales Tax revenues and associated expenses ($513k) and the use of 60% of those funds within the holding project ($307k). $630,200 for Parks true -ups to actuals for Golf Operating Revenues (120k), Facilities Projects ($20k) and Park Capital Projects ($490k), which include Chestnut Ridge ($229k), Fee -in -lieu ($131k), Sun Meadows Park ($45k) and 4t" & Willis ($35k). $275,000 Transportation Improvement Board Grant for the 2401" Hogan Park Sidewalk project. $102,000 for the transfer of Criminal Justice Fund Balance ($51k) and use of those funds ($51k) on the Courtroom Renovation project. $100,000 to true up solid waste revenues received from Republic for overweight trucks & missed pickups and offsetting expenditures. $(271,240) in reductions to the ARPA funded Grant Analyst ($124k) and Human Services Planner positions. BUDGET IMPACT: These expenditures are funded by grants, existing fund balance, or other new revenues. SUPPORTS STRATEGIC PLAN GOAL: Sustainable Services - Providing quality services through responsible financial management, economic growth, and partnerships. ATTACHMENTS: 1. Budget Adjustment Ordinance Q4 2022 Supp (PDF) 12/06/22 Operations and Public Safety Committee MOTION PASSES Packet Pg. 138 8.L RESULT: MOTION PASSES [UNANIMOUS] Next: 12/13/2022 7:00 PM MOVER: Toni Troutner, Councilmember SECONDER: Marli Larimer, Councilmember AYES: Boyce, Fincher, Kaur, Larimer, Michaud, Thomas, Troutner Packet Pg. 139 8.L.a ORDINANCE NO. 4455 AN ORDINANCE of the City Council of the City of Kent, Washington, approving the consolidating budget adjustments made between October 1, 2022, and November 30, 2022, reflecting an overall budget increase of $12,942, 540. RECITALS A. Expenditures as classified in the final, adopted budget constitute the City's appropriations for that year. After adoption, there are a variety of events that will precipitate the need to amend the adopted budget, such as grant awards, bonds issuance, collective bargaining agreements and additional budget requests. These modifications are periodically consolidated into a supplemental budget adjustment ordinance amending the original adopted budget. NOW THEREFORE, THE CITY COUNCIL OF THE CITY OF KENT, WASHINGTON, DOES HEREBY ORDAIN AS FOLLOWS: ORDINANCE SECTION 1. - BudcletAdjustments. The 2021-2022 biennial budget is amended to include budget fund adjustments for the fourth quarter of 2022 from October 1, 2022, to November 30, 2022, as summarized and set forth in Exhibit "A," which is attached and incorporated into this ordinance. 1 2021-2022 Budget Adjustment Fourth Quarter 2022 Packet Pg. 140 8.L.a Except as amended by this ordinance, all terms and provisions of the 2021- 2022 biennial budget Ordinance No. 4381, as amended by Ordinance Nos. 4404, 4411, 4413, 4419, 4421, 4429, 4439 and 4453, shall remain unchanged. SECTION 2. - Severability. If any one or more section, subsection, or sentence of this ordinance is held to be unconstitutional or invalid, such decision shall not affect the validity of the remaining portion of this ordinance and the same shall remain in full force and effect. SECTION 3, - Corrections by City Clerk or Code Reviser. Upon approval of the City Attorney, the City Clerk and the Code Reviser are authorized to make necessary corrections to this ordinance, including the correction of clerical errors; ordinance, section, or subsection numbering; or references to other local, state, or federal laws, codes, rules, or regulations. SECTION 4. - Effective Date. This ordinance shall take effect and be in force five days after publication, as provided by law. DANA RALPH, MAYOR ATTEST: KIMBERLEY A. KOMOTO, CITY CLERK APPROVED AS TO FORM: TAMMY WHITE, CITY ATTORNEY December 13, 2022 Date Approved December 13, 2022 Date Adopted December 16, 2022 Date Published 2 2021-2022 Budget Adjustment Fourth Quarter 2022 Packet Pg. 141 8.L.a Exhibit A City of Kent Budget Adjustment Ordinance Adjustments October 1, 2022 to November 30, 2022 Fund Title Previously Approval Total Adjustment Approved Requested Ordinance General Fund 1,140,520 (271,240) 869,280 Street Fund - (69,740) (69,740) Criminal Justice Fund - 51,000 51,000 Human Services Fund 610,950 820,160 1,431,110 Kent Events Center Operating Fund - 1,400,000 1,400,000 Street Capital Projects 3,735,760 460,740 4,196,500 Parks Capital Projects 532,460 490,200 1,022,660 Other Capital Projects 1,199,440 - 1,199,440 Facilities Capital Projects - 20,000 20,000 Water Operating Fund - 40,250 40,250 Sewerage Operating Fund - 1,182,750 1,182,750 Drainage Operating Fund - (139,000) (139,000) Solid Waste Operating Fund - 100,000 100,000 Golf Operating Fund - 63,720 63,720 Facilities Management Fund - 1,574,570 1,574,570 Total 7,219,130 5,723,410 12,942,540 Packet Pg. 142 Budget Adjustment Detail for Budget Changes October 1, 2022 to November 30, 2022 8.L.a General Fund Remove unspent ARPA funding for Grant Analyst & Human Services Planner Equity Training Budget SEEK Grant for summer parks programs Establish Budget for 2022 Art Plan King Conservation District Grant Carryforward of 2021 Fire expense paid in 2022 Miscellenous Grants for Parks Programs Total General Fund Street Fund Reallocate B&O funds to balance & close miscellaneous street projects Total Street Fund Criminal Justice Fund Transfer of fund balance to the Courtroom Renovation project (Facilities) Total Criminal Justice Fund Human Services Fund Establish Senior Levy Budget for 2022 Affordable Housing Sales Tax Increase Use of Sales Tax funds in project Total Human Services Fund Kent Events Center Operating Fund Establish budget for use of SVOG funds for accesso ShoWare Total Human Services Fund Street Capital Projects Use of Drainage funds for TIB Grant Matching TIB Grant for 240th Hogan Park Sidewalk project WSDOT Local Program Grant for 76th Avenue South Reallocate B&O funds to balance & close miscellaneous street projects Total Street Capital Projects Parks Capital Projects Establish Budget for Land Acquisition Grant - Mendel Property Transfer of Fee -in -lieu funds to Chestnut Ridge Project True up of Fee -in -lieu budget to actual funds received KC Grant for West Fenwick Park Establish Budget for Easements received for Sun Meadows Park Transfer 2014 KC Levy Funds to 4th & Willis project Establish budgets for miscellaneous revenues recognized Total Parks Capital Projects Other Capital Projects Washington State AOC Grant for Community Court Washington State AOC Grant for reimbursement of State v. Blake costs Total Other Capital Projects Facilities Capital Projects Use of funds from carpet lifcycle for IT Annex Remodel project Total Facilities Capital Projects Water Operating Fund Use of Drainage funds for East Hill Mineral Bins project Use of Sewer funds for East Hill Mineral Bins project Total Water Operating Fund Sewerage Operating Fund Use of Sewer funds for East Hill Mineral Bins project KC Sewer Passthrough Total Sewerage Operating Fund Approval Previously Not Previously Total Date or Approved by Approved by Adjustment Other Fund Council Council Ordinance (271,240) (271,240 10/4/2022 154,000 154,000 3/15/2022 246,890 246,890 3/15/2022 439,010 439,010 KCC 3.70 80,000 80,000 2021 183,070 183,070 KCC 3.70 37,550 37,550 1,140,520 (271,240) 869,28C 3100 (69,740) (69,740 - (69,740) (69,740 5400 51,000 51,000 - 51,000 51,000 3/2/2022 610,950 610,950 512,600 512,600 307,560 307,560 610,950 820,160 1,431,110 1,400,000 1,400,000 1,400,000 1,400,000 4400 116,000 116,000 275,000 275,000 7/6/2021 3,735,760 3,735,760 1100 69,740 69,740 3,735,760 460,740 4,196,500 3/15/22 457,460 457,460 229,160 229,160 131,440 131,440 KCC 3.70 75,000 75,000 45,000 45,000 35,000 35,000 49,600 49,600 532,460 490,200 1,022,660 10/4/22 125,000 125,000 10/4/22 1,074,440 1,074,440 1,199,440 - 1,199,440 4400 4300 4100 20,000 20,000 20,000 20,000 23,000 23,00( 17,250 17,25( 40,250 40,25C (17,250) (17,250 1,200,000 1,200,00( 1,182,750 1,182,75C Drainage Operating Fund Q Reallocation of Drainage funds for East Hill Mineral Bins project 4100 (23,000) (23,000, Reallocation of Drainage funds for TIB Grant Matching 3100 (116,000) (116,000) Total Drainage Operating Fund - (139,00 Packet Pg. 143 Budget Adjustment Detail for Budget Changes October 1, 2022 to November 30, 2022 8.L.a Solid Waste Operating Fund True -up revenues from Republic for overweight trucks & missed pickups Total Solid Waste Operating Fund Golf Operating Fund Return Unspent Driving Range project funds to Facilities Increase Golf Revenues to Actuals Total Golf Operating Fund Facilities Management Fund Return Unspent Driving Range project funds to Facilities Use of Criminal Justice fund balance for the Courtroom Renovation project Transfer of Operating Lifecycle funds to Roof Repairs project Transfer of Operating Lifecycle funds to Building Major Maintenance Transfer of Operating Lifecycle funds to Floor Covering Replacement Transfer of Operating Lifecycle funds to HVAC Lifecycle Transfer of Operating Lifecycle funds to Kitchen Equipment Lifecycle Transfer of Operating Lifecycle funds to Sealcoat Parking Lots Total Facilities Management Fund Approval Previously Not Previously Total Date or Approved by Approved by Adjustment Other Fund Council Council Ordinance 5400 100,000 100,00( - 100,000 100,00C 5400 (56,280) (56,280 120,000 120,00( - 63,720 63,72C 4800 56,280 56,28( 1600 51,000 51,00( 450,000 450,00( 258,110 258,11( 145,210 145,21( 408,930 408,93( 90,620 90,62( 114,420 114,42( - 1,574,570 1,574,57( Grand Total All Funds 7,219,130 5,723,410 12,942,540 Packet Pg. 144 8.M KENT DATE: December 13, 2022 TO: Kent City Council SUBJECT: Ordinance - Annual Housekeeping Amendments to Zoning Code and Development Regulations - Adopt MOTION: I move to adopt Ordinance No. 4456, amending various provisions within the Kent City Code to correct errors and provide clarity in the City's zoning code and development regulations. SUMMARY: The City considers annual housekeeping amendments to the Kent City Code to ensure that codes are clear, accurate, and consistent. The proposed code amendments resulted from staff -identified issues found in various zoning code provisions and development regulations. BACKGROUND & ANALYSIS: Below is a summary of the proposed code amendments, which are included in the attached ordinance. 1. 15.02.135: Definition - Family Needs to be updated to comply with new state law, which prohibits jurisdictions from limiting the number of unrelated persons that may occupy a household or dwelling unit 2. 15.02.260: Definition - Mixed -use Development Development standards for what percentage of development is required to be commercial are buried in this definition. The change will move the standards to the mixed -use table 15.04.200. 4. 15.02.307: Definition - Opiate substitution treatment facility The existing definition refers to state codes that are no longer active and will be revised to remove outdated references. 5. 15.04.170 and 15.04.180: Clarity Issue - Complicated formula for minimum lot size that is unintentionally more restrictive than the density calculation. Code provides conflicting and confusing development standards for multifamily residential units when applying the maximum density and minimum lot size requirements. This code unintentionally increases the cost of development and, therefore the costs of housing. The footnote references 8,500 for the first two lots and then 3,000 for each lot, limiting the number of units allowed on a site in a way that is stricter Packet Pg. 145 8.M than density. It also has been interpreted to mean that a developer of townhomes would need to have two lots significantly larger than the others. The code already identifies an appropriate minimum lot size in each zone. The complicated formula will be removed and instead use the already designated maximum density and remaining development standards (such as lot width, lot coverage, setbacks, etc.). 6. 15.04.050 Footnotes (12, 14, 15, 21): Code error - Footnotes are not referenced in the table. The footnotes are not associated with anything in the use table (15.04.040) and should have been removed during Rally the Valley but were missed. These footnotes will be removed as part of this code audit. 7. 15.04.200 Table: Adding the portion removed from the mixed -use definition into this table. • See #2, above. 8. 15.05.040: Clarity Issue - Footnotes 3 and 4 for multifamily parking in MTC- 1, MTC-2 and MCR. These footnotes are nearly identical except for the amount of parking required and do not identify which footnote, 3 or 4, should be applied. Footnote 4 was intended for Senior facilities and was accidentally lost during the collapse of the code section in 2012 (Ord 4043). In 2011, footnote 4 was added for senior buildings in MTC-1, MTC-2, and MCR (Ord 4011). When the code section was combined in 2012, this nuance was lost. To clarify, "for senior buildings" will be added. BUDGET IMPACT: None SUPPORTS STRATEGIC PLAN GOAL: Thrivinci City - Creating safe neighborhoods, healthy people, vibrant commercial districts, and inviting parks and recreation. Inclusive Community - Embracing our diversity and advancing equity through genuine community engagement. ATTACHMENTS: 1. Annual Housekeeping Code Amendments (PDF) 12/06/22 Operations and Public Safety Committee MOTION PASSES RESULT: MOTION PASSES [UNANIMOUS] Next: 12/13/2022 7:00 PM MOVER: Marli Larimer, Councilmember SECONDER: Toni Troutner, Councilmember AYES: Boyce, Fincher, Kaur, Larimer, Michaud, Thomas, Troutner Packet Pg. 146 8.M.a ORDINANCE NO. 4456 AN ORDINANCE of the City Council of the City of Kent, Washington, amending sections 15.02.135, 15.02.260, 15.02.307, 15.04.170, 15.04.180, 15.04.050, 15.04.200, and 15.05.040 of the Kent City Code to correct errors and provide clarity in the City's zoning code and development regulations. RECITALS A. The City establishes development regulations through the zoning code, Title 15 of the Kent City Code to regulate the use of land to promote the public health, safety, and general welfare. B. The City annually considers amendments to development regulations to address technical updates and corrections that do not require substantive changes to policy. C. The City has identified the need for amendments to its development regulations to provide clarity, improve implementation of established policies, and create consistency with state laws, including the following: 1 Amending Title 15 -Annual Housekeeping Amendments Packet Pg. 147 8.M.a i. On May 13, 2021, the State Legislature adopted ESSB 5235, which limits a jurisdiction's ability to limit the number of unrelated persons that may occupy a household or dwelling unit. The zoning code contains several references to the term "family," which is defined in KCC 15.02.135 and specifies a maximum number of unrelated individuals allowed in a household or dwelling unit; and ii. The term "mixed -use development" in KCC 15.02.260 buries development standards within a definition, which results in difficulty for implementation and lack of clarity. The development standards have been moved to KCC 15.04.200; and iii. The definition of opiate substitution treatment facility in KCC 15.02.307 refers to state codes that are no longer active and have been repealed; and iv. On June 1, 2021, the City adopted the Kent Housing Options Plan, recognizing a need to meet the growing demand for housing. City KCC 15.04.170 and footnotes 1, 2, 3, and 27 in KCC 15.04.180 contain conflicting development standards which unintentionally limit housing development and allowed density established through the Kent Comprehensive Plan; and V. On March 3, 2020, the City adopted Ordinance 4355, the Rally the Valley subarea plan and associated development regulations. KCC 15.04.050 footnotes 12, 14,15, and 21 were erroneously left in the code after the adoption of the subarea plan; and 2 Amending Title 15 -Annual Housekeeping Amendments Packet Pg. 148 8.M.a vi. On August 21, 2012, Ordinance 4043 revised the table layout for parking standards, which unintentionally removed the appropriate reference locations for footnotes 3 and 4 in KCC 15.05.040. D. On November 8, 2022, a request for expedited review was sent to the Washington State Department of Commerce, which acknowledged that the request was received on November 9, 2022. On November 22, 2022, the City was granted expedited review and was informed that it had met the Growth Management Act notice requirements under RCW 36. 70A.106. E. On November 14, 2022, the Land Use and Planning Board held a regular meeting to discuss these code amendments. F. On November 14, 2022, staff presented the amendments the Economic and Community Development Committee. G. On November 16, 2022, the City's SEPA Responsible Official issued a Determination of Nonsignificance for these 2022 Housekeeping Amendments (ENV-2022-17 / RPSA-2224073). H. On November 28, 2022, after appropriate public notice, the Land Use and Planning Board held a public hearing to consider the proposed code amendments and forwarded their recommendation to adopt the amendments, as presented, to the City Council. No public comment was received. I. On December 6, 2022, the City Council Public Operations and Safety Committee considered the recommendation of the Land Use and 3 Amending Title 15 -Annual Housekeeping Amendments Packet Pg. 149 8.M.a Planning Board and made a recommendation to adopt the ordinance to the full City Council. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF KENT, WASHINGTON, DOES HEREBY ORDAIN AS FOLLOWS: ORDINANCE SECTION 1. - Amendment - KCC 15.02.135. Section 15.02.135 of the Kent City Code, entitled "Family," is amended as follows: Sec. 15.02.135. Family. Family means an individual; two or more persons related by blood, marriage, or state -registered domestic partnership under Chapter 26.60 RCW; a group of two or more disabled residents protected under the Federal Housing Act Amendments, who are not related by blood, marriage, or state -registered domestic partnership under Chapter 26.60 RCW, living together as a single housekeeping unit; or er feweF residents two or more persons who are not related by blood, marriage, or state -registered domestic partnership under Chapter 26.60 RCW, living together as a single housekeeping unit. SECTION 2. - Amendment - KCC 15.02.260. Section 15.02.260 of the Kent City Code, entitled "Mixed use development," is amended as follows: Sec. 15.02.260. Mixed use development. Mixed use development shall mean two or more permitted uses or conditional uses developed in conjunction with one another on the same site. Provided that the aforementioned requirements are met, a mixed use development may include two or more separate buildings. , 4 Amending Title 15 -Annual Housekeeping Amendments Packet Pg. 150 8.M.a .. W-M -- -- -- -- -- ------ - -- - -- - -- -- - -- - - . . . . . . . . . . . . . . . .. - -- - - -- - -- -- -- -- --W.M.- N NO -- - - -- ::-- SECTION 3. - Amendment - KCC 15.02.307. Section 15.02.307 of the Kent City Code, entitled "Opiate substitution treatment facility," is amended as follows: Sec. 15.02.307. Opiate substitution treatment facility. Opiate substitution treatment facility means an agency, business, clinic or other facility that administers opiate substitution treatment services, including the dispensing of approved opioid agonist treatment medication used in the treatment of opiate dependency, fiR aEEeFd-ai9ee-=with RGW 70 SECTION 4. - Amendment - KCC 15.04.050. Section 15.04.050 of the Kent City Code, entitled "Industrial land use development conditions," is amended as follows Sec. 15.04.050. Industrial land use development conditions. 1. [Reserved]. 2. Light manufacturing is permitted in the downtown commercial enterprise district as follows: a. Laboratory and related industrial research and development uses are permitted, including such uses as hardware or robotics testing, industrial showrooms, and training facilities for industrial machinery. 5 Amending Title 15 -Annual Housekeeping Amendments Packet Pg. 151 8.M.a b. Operations of sorting, packaging, recycling, or distribution are not permitted except as accessory uses to the on -premises manufacturing. C. Heavy industrial uses that have significant external impacts such as noise, olfactory pollution, or vibration are not permitted. d. All processing, fabricating, or assembly of products (i.e., light manufacturing) takes place wholly within an enclosed building. i. Assembly is defined as creation of a component or end item made from a number of parts and subassemblies. This does not include the putting together of kits, gift baskets, or packaging items produced elsewhere for purposes of e-commerce or wholesale trading. e. Storage is limited to items consumed, produced, or altered on the premises. i. Outdoor storage shall only be allowed as an accessory use to another principal use. A. The material(s) being stored shall not exceed 12 feet in height at any point. B. The material(s) being stored shall be wrapped or enclosed to prevent wind-blown debris. C. The storage area shall not exceed 15 percent of the building footprint or five percent of the lot area, whichever is less. D. Outdoor storage shall be screened from public view from Class A and B streets (as defined in the downtown design guidelines) and from trails by Type I landscaping and minimum six -foot -tall fence or wall. E. Outdoor storage shall be sited to minimize visibility. f. Truck storage is only permitted as an accessory use to a principally permitted use on sites two and one-half acres or larger that also have access to a principal arterial or higher classification roadway within 500 feet of the property, or as otherwise approved by the director. g. Areas designated for truck parking or loading shall be concealed from view along public streets or trails. Dock -high doors for truck loading are permitted at a ratio of one door per 25,000 square feet of building area. h. Dock -high loading doors shall be set back, recessed, and/or screened so as not to be visible from adjacent local streets or residential properties. i. The office portion of a manufacturing use shall be adjacent to the public street with the highest classification. j. Buildings must have entries on abutting Class A and B streets (as defined in the downtown design guidelines) and those entries shall include substantial fenestration on the associated facade to emphasize the entry. 6 Amending Title 15 -Annual Housekeeping Amendments Packet Pg. 152 8.M.a 3. Small-scale light manufacturing operations as follows: stamping, brazing, testing, electronic assembly, and kindred operations where the building, structure, or total operation does not encompass more than 10,000 square feet of area. The 10,000-square-foot total shall include all indoor and outdoor storage areas associated with the manufacturing operation. Only one 10,000-square-foot manufacturing operation shall be permitted per lot. 4. [Reserved]. 5. Contractor shops where most of the work is done on call, and which do not rely on walk-in trade, but where some incidental storage or semi - manufacturing work is done on the premises, such as carpentry, heating, electrical, or glass shops, printing, publishing, or lithographic shops, furniture, upholstery, dry cleaning, and exterminators. 6. Accessory uses include sales of product accessory to and directly related to the manufacturing or warehousing use on the site. 7. [Reserved]. 8. [Reserved]. 9. Includes incidental storage facilities and loading/unloading areas 10. Includes incidental storage facilities, which must be enclosed, and loading/unloading areas. 11. [Reserved]. - -- -- -- - - - - --WIN A OWN - - - -- - -- - - -cleanup permit requirements - - - -subject, 15.98.950. --Reserved. 13. [Reserved]. sr_ OTTR .. . 7 Amending Title 15 -Annual Housekeeping Amendments Packet Pg. 153 8.M.a Reserved. ..191. S Ck Any hazardeus substance land use that is net an accesseFy use -. 16. [Reserved]. 17. [Reserved]. 18. [Reserved]. 19. Miniwarehouses are limited to 40 percent of the gross leasable area of the building in which the miniwarehousing use is located, and cannot be located on the ground floor. For purposes of this title, "miniwarehouses" means any real property designed and used for the purpose of renting or leasing individual storage space to occupants who are to have access to the space for the purpose of storing and removing personal property on a self- service basis, but does not include a garage or other storage area in a private residence. 20. [Reserved]. 8 Amending Title 15 -Annual Housekeeping Amendments Packet Pg. 154 8.M.a VA - - - - - - - - - - - - - - - - - - - - - - ■ ■ ■ ----- - -- - ------ - - - - -- - -- --- ---- - - -- Amending Title 15 -Annual Housekeeping Amendments r a Packet Pg. 155 8.M.a 22. Permitted uses are limited to storage, warehousing, processing, and conversion of agricultural, dairy, and horticultural products, but not including slaughtering, meat packing, and fuel farm facilities. 23. [Reserved]. 24. [Reserved]. 25. [Reserved]. 26. [Reserved]. 27. Other accessory uses and buildings customarily appurtenant to a permitted use, except for onsite hazardous waste treatment and storage facilities, which are not permitted in residential zones. 28. [Reserved]. 29. [Reserved]. 30. [Reserved]. 31. Reuse or replacement of existing structures for nonagricultural uses is allowed where it is shown that the existing structures are obsolete for agricultural use and will have no viable economic use unless they can be put to nonagricultural use. Any replacement structures must maintain or enhance the agricultural appearance of the property. Signs shall be limited to not more than 100 square feet in area per business, and of that amount, freestanding signs shall not exceed 40 square feet in area. No increase in the area of existing impervious surface shall be allowed in connection with a nonagricultural use. 32. Accessory structures composed of at least two walls and a roof, not including accessory uses or structures customarily appurtenant to agricultural uses, are subject to the provisions of KCC 15.08.160. 33. All uses within a complex must be principally permitted uses within the zoning district. 34. [Reserved]. 35. Outside storage or operations yards in the I1, I2, and I3 districts shall be permitted only as accessory uses. Such uses are incidental and 10 Amending Title 15 -Annual Housekeeping Amendments Packet Pg. 156 8.M.a subordinate to the principal use of the property or structure. Outdoor storage is limited to 15 percent of the total site area in the I1 district, 30 percent of the total site area in the I2 district, and 50 percent of the total site area in the I3 district. 36. [Reserved]. 37. In the I1, I2, and I3 districts, commercial, office, and retail uses are allowed; these uses are limited to 30,000 square feet per occupancy. 38. Reference KCC 15.07.040(B), outdoor storage landscaping. SECTION 5. - Amendment - KCC 15.04.170. Section 15.04.170 of the Kent City Code, entitled "Agricultural and residential zone development standards," is amended as follows: 11 Amending Title 15 -Annual Housekeeping Amendments Packet Pg. 157 8.M.a Sec. 15.04.170. Agricultural and residential zone development standards. Zoning Districts N N C s s w+ C C d a IC Q O N T <0 N H H W .R <0 •C 1 f0 •C 10 .a m - E - T T C N (D C C — E w Y E N w � N w V N N N E 07 N 7 T Y 7 T M Q T 'E T T= T T T T m E E E E ' E E N d o N ,� l6 l6 2 A O7 C E C C LL a� x = t d L N N 3 2 2 C 07 m N N N C14 (0 J 2 _ p M t0 00 _ SF Duplex SF Duplex MF SF Duplex MF SF Duplex MF SF Duplex MF SF Duplex MF 1 du/ 1 3.63 4.53 6.05 8.71 8.71 10.89 12.0 12.0 16.0 16.0 dus/ac 16.0 16.0 23.0 23.0 40.0 40.0 Maximum density: dwelling 10 ac du/ac dus/ac dus/ac dus/ac dus/ac dus/ac dus/ac dus/ac dus/ac dus/ac dus/ac dus/ac dus/ac dus/ac dus/ac dus/ac units per acre 12 Amending Title 15 -Annual Housekeeping Amendments Packet Pg. 158 8.M.a Zoning Districts m d N 7 d N 3 R � 67 0 0 _ N m 3 3 tY O O .0 •C •C R •C T T •E L 7 C N 6) N d d 6) £ w (6 V N N N E N 61 3 T 7 .0 T i6 E LL E E ' E E R N C o C LL y LL LL K `.� :� N E d Q 3 Q d' In Cn In U) U)CO N ID 2 C, M q co 60 tJo7 Q In vn cn cn cn 10 ac 34,700 9,600 7,600 5,700 4,000 4,000 8,000 none 8,000 8,500 none 8,000 8,500/3,500 none 8,000 8,5001 none 8,000 8,500E none 8,000 8,500 sq ft sq ft sq ft sq ft sq ft sq ft sq ft sq ft 3,500-sq sq ft SO sq ft Z15W sq ft 1,600 sq ft 900 Minimum lot area: square (37) (37) (37) ft (35) °{ none SO SO sq-ft feet or acres, as noted R7)none L) none () (a)none U) (1) none Minimum lot width: feet (4) 60 ft 60 ft 50 ft 50 ft 50 ft 40 ft 25 ft 80 ft 25 ft 80 ft 80 ft 25 ft 80 ft 80 ft 25 ft 80 ft 80 ft 25 ft 80 ft 80 ft 25 ft 80 ft 80 ft (37) (37) (37) Maximum site coverage: 30 % 30 % 45% 45% 50 % 55% 55% 40 % 55°% 40°% 45% 55% 40 % 45°% 55% 40 % 45% 55% 40 % 45% 55% 40% 50% percent of site (5) (5) (5) (5) (5) (5) (5) (5) (5) (5) (5) (5) (5) (5) (5) (5) (5) (5) 13 Amending Title 15 -Annual Housekeeping Amendments El A Packet Pg. 159 8.M.a Zoning Districts m d N 7 d N 3 R � 67 m 0 a 0 C _ N O O .0 •C •C R •C T T •E L 7 C N 6) N d d 6) £ w (6 N N N V E N 61 7 T .0 7 T i6 E R LL E R E R ' �2 E R E R N C Q C CL !O 3 Q p y M N y t0 N 00 Q Q N H J 'L 2 2 Q Iq fA fA fA fA 2 2 Minimum yard requirements: feet 20ft 20ft loft loft loft loft loft loft loft loft loft loft loft loft loft loft loft loft loft loft loft loft loft Front yard (6) (6) (6) (6) (6) (6) (6) (6) (6) (6) (6) (6) (6) (6) (6) (6) (6) (6) (8) (8) (8) (8) (8) (8) (8) (8) (8) (8) (8) (8) (8) (8) (8) (8) (9) (9) (9) (9) (9) (9) (9) (9) (9) 1 (9) (9) (9) 1 (9) 1 (9) (9) (9) Side yard 15ft 15ft 5ft 5ft 5ft 5ft 5ft 5ft 5ft 5ft (l1) 5ft 5ft (11) 5ft 5ft (11) 5ft 5ft (11) 5ft 5ft (11) (30) (30) (30) (30) (30) (30) Side yard on 20ft 20ft loft loft loft loft loft loft loft loft 15ft loft loft 15ft loft loft 15ft loft loft 15ft loft loft 15ft flanking street of a corner lot (9) (9) (9) (9) (9) (9) (9) (9) (9) (9) (9) (9) (9) (9) (9) (9) 14 Amending Title 15 -Annual Housekeeping Amendments El A Packet Pg. 160 8.M.a Zoning Districts m d N 7 d N 3 R � 47 0 0 _ N m 3 C O O .0 •C •C R •C T T •E L 7 C 0) N 0) N !Y d N £ w (p V N N N E N N 7 T 7 .0 T L R 4-R R'L R R C Q C .�• C LL y LL LL x `.0 :� d Q E d Os Q 7 3 3 � Q y N y N Q N !O J 2 p M t0 00 7 LY W LY [Y tY [Y [Y Q Iq In In In In Rear yard 20ft 15ft 5ft loft loft loft 5ft 8ft 5ft 8ft 20ft 5ft 8ft 20ft 5ft 8ft 20ft 5ft 8ft 20ft 5ft 8ft 20ft (12) (12) (32) (32) (14) (31) (31) (14) (31) (31) (14) (14) (14) Additional setbacks/distances (15) (32) (32) (15) (15) (15) (15) between buildings (32) (31) (31) (32) SF Duplex SF Duplex MF SF Duplex MF SF Duplex MF SF Duplex MF SF Duplex MF 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 3 stry/ 40 2.5 2.5 3 stry/ 40 It 2.5 2.5 3 stry/ 2.5 2.5 3 stry/ 2.5 2.5 4 stry/ Height limitation: in stories/not to exceed in feet stry/ stry/ stry/ stry/ stry/ stry/ stry/ stry/ stry/ stry/ ft stry/ stry/ stry/ stry/ 40 ft stry/ stry/ 40 ft stry/ stry/ 50 ft 35ft 35ft 35ft 35ft 35ft 35ft 35ft 35ft 35ft 35ft 35ft 35ft 35ft 35ft 35ft 35ft 35ft 15 Amending Title 15 -Annual Housekeeping Amendments El A ti M M N C E C O E Q O U c Q d d 0 3 O 2 R C C Q C O E U �a a Packet Pg. 161 8.M.a Zoning Districts (5 d N 7 d N 3 R � a) 0 0 _ N O O .0 •C •i R •C T T •E L C d £ w N N N V E N N 7 T 7 is E LL E E ' E E R N C Q C LL y LL LL K `.� :� d E d Q CL !O 3 Q p y M N y t0 N 00 Q N J 2 7 Q N w In In In In !Z' !Z' !Z' d' 2 35 ft (16) Maximum impervious surface: percent of total 40% 40% 50% 60% 70% 75% 75% 70% 75% 70% 70% 75% 70% 70% 75% 70% 75% 70% 75% E(19) parcel area (19) (19) (23) (23) (23) (23) (19) (19) (19) (19) (19) (19) (19) (19) (19) (19) (19) (19) (19) Zero lot line and clustering (24) The provisions in KCC 15.08.300, 15.08.310, 15.08.320, and 15.08.330 shall apply. Signs The sign regulations of Chapter 15.06 KCC shall apply. Off-street parking The off-street parking requirements of Chapter 15.05 KCC shall apply. Landscaping The landscaping requirements of Chapter 15.07 KCC shall apply. U1.1 Amending Title 15 -Annual Housekeeping Amendments El A ti M M to C E C E Q O O U c CL d a� d N 3 O 2 C c Q C O E U a Packet Pg. 162 8.M.a Zoning Districts (5 d N 7 d N 3 R � a) 0 0 _ N O O .0 •C •i R •C T T •E L 7 C N N N d d N £ w (p V N N N E Gf G1 7 T 7 is E LL E E ' E E R N C o .�• C LL y LL LL K `.� :� d � E � d Q 7 3 3 t Q In Cn u'r In In 0 N to 2 c M q co ao tJo7 W Q In In In In In (26) (25) (25) (25) (25) (25)(40) (26)(40) (26)(34)(40) (25)(26)(40) (25)(26)(34)(40) (25)(26)(40) Design review (39) (26) (26) (26) (26) (40) (39) (39) (39) (39) (40) (40) (40) (40) Additional standards for specific uses are contained in Chapters 15.08 and 15.09 KCC. (20) (31) (33) (33) (33) (33) (36) (36) (28) (28) (36) (36) (36) (36) (36) (36) (36) (36) (36) Additional standards (41) (33) (36) (36) (36) (36) (29) (29) (41) (41) (41) (41) (41) (41) (36) (41) (41) (36) (36) (41) 17 Amending Title 15 -Annual Housekeeping Amendments El A Packet Pg. 163 8.M.a SECTION 6. - Amendment - KCC 15.04.180. Section 15.04.180 of the Kent City Code, entitled 'Agricultural and residential zone development standard conditions," is amended as follows: Sec. 15.04.180. Agricultural and residential zone development standard conditions. 1. There shall be no minimum lot size in the zone. However, when creating a zero lot line subdivision under KCC 12.04.260, the minimum lot size identified in KCC 15.08.320 and 15.08.330 shall apply. +R4n Fni-�� M s 8,500 square feet fer the fiFSt twe dwelling units, and 2,S90 squaFe feet, 2. Minimum let aFea is .. �u.��.�.w\Q\.■ -\-1�.i1��1!►.Lt\!P�\.1\L[��M.'�'�w���\ltl..LL4f\\�1�1w�'�R�.f 4. To determine minimum lot width for irregular lots, a circle of applicable diameter (the minimum lot width permitted) shall be scaled within the proposed boundaries of the lot; provided, that an access easement to another lot is not included within the circle. 5. Interior yards shall not be computed as part of the site coverage. 6. Porches and private shared courtyard features may be built within the front building setback line. 18 Amending Title 15 -Annual Housekeeping Amendments Packet Pg. 164 8.M.a 7. For properties abutting on West Valley Highway, the frontage on West Valley Highway shall be considered the front yard. 8. Proposed front yards less than 20 feet in depth are subject to approval by the planning manager, based on review and recommendation from the public works department relative to the existing and future traffic volumes and right-of-way requirements as specified in the city comprehensive transportation plan and city construction standards. 9. At least 20 linear feet of driveway shall be provided between any garage, carport, or other primary parking area and the street property line with the exception of an alley property line. 10. An aggregate side yard of 30 feet shall be provided. A minimum of 10 feet shall be provided for each side yard. On a corner lot the side yard setback shall be a minimum of 20 feet from the property line. 11. Each side yard shall be a minimum of 10 percent of the lot width; however, regardless of lot width, the yard width need not be more than 30 feet. For multifamily townhouse developments that attach three units or less, in the MRT-12 or MRT-16 zoning districts, the aggregate yard width need not be more than 30 feet, but in no case shall a yard be less than 10 feet. 12. Structures for feeding, housing, and care of animals, except household pets, shall be set back 50 feet from any property line. 13. Additional setbacks for the agricultural general AG zoning district 19 Amending Title 15 -Annual Housekeeping Amendments Packet Pg. 165 8.M.a a. Structures for feeding, housing, and care of animals shall be set back 50 feet from any property line. b. Transitional conditions shall exist when an AG district adjoins a residential district containing a density of two dwelling units or more per acre or a proposed residential area indicated on the city comprehensive plan. Such transitional conditions shall not exist where the separation includes an intervening use such as a river, railroad main line, major topographic differential, or other similar conditions, or where the industrial properties face on a limited access surface street on which the housing does not face. When transitional conditions exist as defined in this subsection, a yard of not less than 50 feet shall be provided. C. Setbacks, Green River. Industrial development in the AG district abutting the Green River, or Russell Road or Frager Road where such roads follow the river bank, shall be set back from the ordinary high-water mark of the river a minimum of 200 feet. Such setbacks are in accordance with the city comprehensive plan and in accordance with the high quality of site development typically required for the industrial park areas of the city and in accordance with the State Shoreline Management Act of 1971, and shall be no more or less restrictive than the Shoreline Management Act. 14. An inner court providing access to a double -row building shall be a minimum of 20 feet. 15. The distance between principal buildings shall be at least one-half the sum of the height of both buildings; provided, however, that in no case shall the distance be less than 12 feet. This requirement shall also apply to portions of the same building separated from each other by a court or other open space. 20 Amending Title 15 -Annual Housekeeping Amendments Packet Pg. 166 8.M.a 16. The height limitations shall not apply to barns and silos; provided, that they are not located within 50 feet of any lot line. 17. Beyond this height, to a height not greater than either four stories or 60 feet, there shall be added one additional foot of yard for each additional foot of building height. 18. The planning manager shall be authorized to approve a height greater than four stories or 60 feet, provided such height does not detract from the continuity of the area. When a request is made to exceed the building height limit, the planning manager may impose such conditions, within a reasonable amount of time, as may be necessary to reduce any incompatibilities with surrounding uses. 19. Except for lots used for agricultural practices, the maximum impervious surface area allowed shall be 10,000 square feet when the lot is greater than one acre. 20. The following uses are prohibited: a. The removal of topsoil for any purpose. b. Grade and fill operations; provided, that limited grade and fill may be approved as needed to construct permitted buildings or structures. C. All subsurface activities, including excavation for underground utilities, pipelines, or other underground installations, that cause permanent disruption of the surface of the land. Temporarily disrupted soil surfaces shall be restored in a manner consistent with agricultural uses. d. Dumping or storage of nonagricultural solid or liquid waste, or of trash, rubbish, or noxious materials. 21 Amending Title 15 -Annual Housekeeping Amendments Packet Pg. 167 8.M.a e. Activities that violate sound agricultural soil and water conservation management practices. 21. Outdoor storage for industrial uses shall be located at the rear of a principally permitted structure and shall be completely fenced. 22. Mobile home park combining district, MHP. The standards and procedures of the city mobile home park code shall apply. General requirements and standards for mobile home park design, KCC 12.04.055; mobile home parks, Chapter 12.05 KCC. 23. Except for lots used for agricultural practices, the maximum impervious surface area allowed shall be 10,000 square feet. 24. Minimum lot width, building setbacks, and minimum lot size regulations may be modified consistent with provisions for zero lot line and clustering housing development. 25. Assisted living facilities, independent senior living facilities, and residential facilities with health care are subject to multifamily design review as provided for in KCC 15.09.045(D), except when located within downtown or along Meeker Street from 64th Avenue South to Kent -Des Moines Road, where development is subject to downtown design review pursuant to KCC 15.09.046. 26. The requirements of KCC 15.09.045(D) for multifamily design review shall apply to any multifamily dwelling or transitional housing of three or more units, including triplex townhouse structures, except when located within downtown or along Meeker Street from 64th Avenue South to Kent- 22 Amending Title 15 -Annual Housekeeping Amendments Packet Pg. 168 8.M.a Des Moines Road (where development is subject to downtown design review pursuant to KCC 15.09.046), or when located in a single-family plat or short plat, where residential design review applies pursuant to KCC 15.09.045(C). 27. Minimum lot aFea is .. CA 28. The following zoning is required to be in existence on the entire property to be rezoned at the time of application of a rezone to an MR-T zone: SR-8, MR-D, MR-G, MR-M, MR-H, NCC, CC, GC, DC, or DCE. 29. All multifamily townhouse developments in the MR-T zone shall be townhouses with ownership interest only. 30. As an option to the five-foot side yard requirement for single-family development in all multifamily zoning districts as set forth in KCC 15.04.170, a side yard width of no less than three feet may be utilized under the following conditions: a. Fire hydrants for the development, as required by the fire code set forth in KCC Title 13, will be placed a maximum of 300 feet in separation; b. The required fire hydrants shall have a minimum fire flow of 1,500 gallons per minute; and C. Emergency vehicle access roads shall be provided to the development, which include an improved road accessible within 150 feet of all portions of the exterior first floor of the structure. This option is subject to the approval of the Washington State Building Council. Application of this option shall be effective upon receipt by the city of Kent of such approval. 23 Amending Title 15 -Annual Housekeeping Amendments Packet Pg. 169 8.M.a 31. Where lands are located wholly or partially within the urban separator, as designated on the city of Kent comprehensive land use plan map, dwelling units shall be required to be clustered, subject to the provisions of Chapter 12.04 KCC, Subdivisions, Binding Site Plans, and Lot Line Adjustments. The density in a cluster subdivision shall be no greater than the density that would be allowed on the parcel as a whole, including all critical areas (creeks, wetlands, geological hazard areas) and buffers, using the maximum density provisions of the zoning district in which it is located. The common open space in a cluster subdivision shall be a minimum of 50 percent of the nonconstrained area of the parcel. The nonconstrained area of the parcel includes all areas of the parcel, minus critical areas, as defined in RCW 36.70A.030(5) as currently and hereinafter amended, and buffers. The remainder of the nonconstrained area of the parcel shall be the buildable area of the parcel. The common open space tracts created by clustering shall be located and configured in the manner that best connects and increases protective buffers for environmentally sensitive areas, connects and protects area wildlife habitat, creates connectivity between the open space provided by the clustering and other adjacent open spaces as well as existing or planned public parks and trails, and maintains scenic vistas. Critical areas and buffers shall not be used in determining lot size and common open space requirements in a cluster subdivision. All natural features (such as streams and their buffers, significant stands of trees, and rock outcroppings), as well as sensitive areas (such as steep slopes and wetlands and their buffers), shall be preserved as open space in a cluster subdivision. Future development of the common open space shall be prohibited. Except as specified on recorded documents creating the common open space, all 24 Amending Title 15 -Annual Housekeeping Amendments Packet Pg. 170 8.M.a common open space resulting from lot clustering shall not be altered or disturbed in a manner that degrades adjacent environmentally sensitive areas, rural areas, agricultural areas, or resource lands; impairs scenic vistas and the connectivity between the open space provided by the clustered development and adjacent open spaces; degrades wildlife habitat; and impairs the recreational benefits enjoyed by the residents of the development. Such common open spaces may be retained under ownership by the owner or subdivider, conveyed to residents of the development, conveyed to a homeowners' association for the benefit of the residents of the development, conveyed to the city with the city's consent and approval, or to another party upon approval of the city of Kent. The minimum lot size of individual lots within a clustered subdivision is 2,500 square feet, and the minimum lot width is 30 feet. In the event that common open space prohibits development of one single-family residence on the parcel, the common open space will be reduced by the amount necessary to meet the minimum 2,500-square-foot lot size. New lots created by any subdivision action shall be clustered in groups not exceeding eight units. There may be more than one cluster per project. Separation between cluster groups shall be a minimum of 120 feet. Sight -obscuring fences are not permitted along cluster lot lines adjacent to the open space area. 32. For multifamily townhouse developments that attach three units, the minimum building -to -building separation shall be 10 feet. For duplex and single-family condominium townhouse developments, the minimum building -to -building separation shall be established through the International Building Code (IBC) or International Residential Code (IRC), as may be applicable. 25 Amending Title 15 -Annual Housekeeping Amendments Packet Pg. 171 8.M.a 33. Where lands are located wholly outside the urban separator, as designated on the city of Kent comprehensive land use plan map, dwelling units may be clustered, subject to the applicable provisions of Chapter 12.04 KCC. 34. The downtown design review requirements of KCC 15.09.046 shall apply for all development within downtown or along Meeker Street from 64th Avenue South to Kent -Des Moines Road. 35. Minimum lot area requirements do not apply to multifamily development in the Kent downtown planning area identified in KCC 15.09.046. 36. Cargo containers proposed to be located in a residential zone must be located completely within a stick -built structure with a peaked roof and building materials similar to that of the principal residence on the site. No containers greater than 10 feet by 20 feet may be placed in residential districts. This restriction does not apply to containers collecting debris or accepting household goods for moving that are located on residential property for less than 72 hours. Additionally, institutional uses are exempt from these requirements except when a shipping container is proposed to be located adjacent to or within sight of a residential use. 37. For subdivisions and short subdivisions created after March 22, 2007, or altered to comply with zoning and subdivision code amendments effective after March 22, 2007, the minimum lot size shall be 3,000 square feet. Minimum lot width shall be measured by scaling a 30-foot-diameter circle within the boundaries of the lot; provided, that easement areas may not be included in the required 30-foot-diameter circle. The lot frontage along 26 Amending Title 15 -Annual Housekeeping Amendments Packet Pg. 172 8.M.a private or public streets shall be a minimum 20 feet in width. Minimum driveway separation shall be 10 feet. Shared driveways are permitted. 38. [Reserved]. 39. The residential design review standards of KCC 15.09.045(C) shall apply. 40. Duplexes are subject to the residential design review standards of KCC 15.09.045(C), except when located within downtown or along Meeker Street from 64th Avenue South to Kent -Des Moines Road, where they are subject to downtown design review pursuant to KCC 15.09.046. 41. Development adjacent to a regional trail is subject to the following regional trail corridor development standards: a. Regional trails for the purposes of this section shall include scenic and recreational roads and the Green River Trail, Interurban Trail, and Puget Power Trail. b. Regional trail access. No building or lot shall be constructed or created within 500 feet of a regional trail without providing public access to the regional trail via public sidewalks or a trail system dedicated for public use by a public access easement. Such sidewalks or private trail systems shall connect to regional trails at intervals of 500 feet or less, and shall be accomplished with minimal street crossings. C. All public access points shall have standard city of Kent signage indicating trail access. d. No street connections to scenic and recreational roads shall be permitted unless no other vehicle access is practical. 27 Amending Title 15 -Annual Housekeeping Amendments Packet Pg. 173 8.M.a SECTION 7. - Amendment - KCC 15.04.200. Section 15.04.200 of the Kent City Code, entitled "Mixed use overlay development standards," is amended as follows: Sec. 15.04.200. Mixed use overlay development standards. Overlay Districts GC -MU CC -MU Floor area ratio Not applicable 0.40 for commercial uses. 0.50 for commercial uses combined with residential uses; provided, that commercial floor area may be increased by one square foot for each square foot of residential floor area provided up to a maximum commercial FAR of 0.5. 1.0 for residential uses; provided, that residential FAR may be increased by 0.5 if parking is provided below grade, up to a maximum of 1.5. Minimum At least five percent of the gross floor area At least 25 percent of the gross floor area, must be a permitted commercial use. The must be a permitted commercial use, Commercial residential component of any mixed use except for mixed use on parcels two acres development cannot be permitted or or less in where at least five percent of the occupied prior to the permitting or lawful gross floor area must be a permitted occupancy of the commercial component. commercial use. The residential component of any mixed use development cannot be permitted or occupied prior to the permitting or lawful occupancy of the commercial component. Site coverage 40 percent for commercial uses. 40 percent for commercial uses. 60 percent for commercial uses with 60 percent for commercial uses with residential uses; provided, that five percent residential uses; provided, that 25 percent of the gross floor area is commercial use, of the gross floor area is residential use. except within the downtown area (as defined in KCC 15.09.046), where 25 percent of the gross floor area must be commercial use. Height 65 feet. 25 feet; provided, that basic heights may be increased up to the maximum height of 40 feet. (1) Front yard Zero feet; provided, that some setback Zero feet; provided, that some setback may be required in the front yard to may be required in the front yard to accommodate a sidewalk which shall be at accommodate a sidewalk which shall be at least 10 feet in width. least 10 feet in width. Rear and side yard Zero feet; provided, that setbacks of at Zero feet; provided, that setbacks of at least 20 feet will be required in any rear least 20 feet will be required in any rear or side yards that are adjacent to a or side yards that are adjacent to a residential zoning district. residential zoning district. Off-street parking The off-street parking requirements of Retail/office uses: four spaces per 1,000 Chapter 15.05 KCC shall apply. square feet of floor area. (2) Residential uses. (3) 28 Amending Title 15 -Annual Housekeeping Amendments Packet Pg. 174 8.M.a Overlay Districts GC -MU CC -MU Design review Design review requirements of Design review requirements of KCC 15.09.045(F) shall apply for all mixed KCC 15.09.045(F) shall apply for all mixed use development in GC -MU zones, except use development in CC -MU zones, except for the following: for the following: a. Developments along a. Developments along Meeker Street from 64th Avenue South to Meeker Street from 64th Avenue South to Kent -Des Moines Road and in downtown Kent -Des Moines Road and in downtown are subject to downtown design review are subject to downtown design review requirements of KCC 15.09.046. requirements of KCC 15.09.046. b. Independent senior living b. Independent senior living facilities, assisted living facilities, assisted living facilities, residential facilities with health facilities, residential facilities with health care or transitional housing of three or care or transitional housing of three or more families located outside of downtown more families located outside of downtown and Meeker Street from 64th Avenue and Meeker Street from 64th Avenue South to Kent -Des Moines Road are South to Kent -Des Moines Road are subject to multifamily design review as subject to multifamily design review as provided for in KCC 15.09.045(D). provided for in KCC 15.09.045(D). SECTION S. - Amendment - KCC 15.05.040. Section 15.05.040 of the Kent City Code, entitled "Parking standards for specific activities," is amended as follows: Sec. 15.05.040. Parking standards for specific activities. A. Standards for the number of parking spaces for specific activities are indicated in the following chart: SPECIFIC LAND USE PARKING SPACE REQUIREMENT Living activities Single-family Two parking spaces per single-family dwelling. Duplex Two parking spaces per dwelling unit. Multifamily) 2.3.4 One parking space per unit for efficiency apartments in all sized developments; two parking spaces for each dwelling unit for developments with 49 or less dwelling units; one and eight -tenths parking spaces per dwelling unit for 29 Amending Title 15 -Annual Housekeeping Amendments Packet Pg. 175 8.M.a SPECIFIC LAND USE PARKING SPACE REQUIREMENT developments of 50 or more dwelling units. Accessory dwelling One off-street parking space unit per accessory unit is required in addition to the required parking for the single-family home. The planning director may waive this requirement where there are special circumstances related to the property and its location. The surface of a required ADU off-street parking space shall comply with KCC 15.05.090(E). Boardinghouses and One parking space for the lodging houses proprietor, plus one space per sleeping room for boarders or lodging use, plus one additional space for each four persons employed on the premises. Mobile Two parking spaces for and manufactured each mobile home site. home parks Recreational vehicle One parking space for each park site. Hotels, One parking space for each guest room, plus two parking spaces for each three employees. Commercial activities Banks6 One parking space for each 200 square feet of gross floor area, except when part of a shopping center. Professional and One parking space for each business offices6 250 square feet of gross floor area, except when part of a shopping center. Shopping centers, Four and one-half spaces per 1,000 square feet of gross leaseable area (GLA) for centers having GLA of 30 Amending Title 15 -Annual Housekeeping Amendments Packet Pg. 176 8.M.a SPECIFIC LAND USE PARKING SPACE REQUIREMENT less than 400,000 square feet, and five spaces per 1,000 square feet of GLA for centers having a GLA of over 400,000 square feet. Restaurants, One parking space for each nightclubs, taverns and 100 square feet of gross lounges8 floor area, except when part of a shopping center. Retail stores, One parking space for each supermarkets, 200 square feet of gross department stores and floor area, except when personal service located in a shopping center. shops9 Other retail One parking space for each establishments; 500 square feet of gross furniture, appliance, floor area, except when hardware stores, located in a shopping center. household equipment service shops, clothing or shoe repair shops° Drive-in businessil One parking space for each 100 square feet of gross floor area, except when located in a shopping center. Uncovered commercial One parking space for each area, new and used 5,000 square feet of retail car lots, plant nursery sales area in addition to any parking requirements for buildings, except when located in a shopping center. Motor vehicle repair One parking space for each and services 400 square feet of gross floor area, except when part of a shopping center. Industrial showroom One parking space for each and display 500 square feet of display area. Bulk retail stores One parking space for each 350 square feet of gross floor area. Industrial activities Manufacturing and One parking space for each industrial uses, 1,000 square feet for 90% of 31 Amending Title 15 -Annual Housekeeping Amendments Packet Pg. 177 8.M.a SPECIFIC LAND USE PARKING SPACE REQUIREMENT including warehouses, the gross floor area, and one storage buildings, and parking space per 250 speculative warehouse square feet for 10% of and the gross floor area. When industrial buildings with total of uses other than multiple use or tenant manufacturing and industrial potential exceeds 10% of the gross floor area, the parking requirements for those uses shall apply. Recreation -amusement activities Auditoriums, theaters, One parking space for each places of public four fixed seats, or one assembly, stadiums, parking space for each 100 and outdoor sports square feet of floor area of areas12 main auditorium or of principal place of assembly not containing fixed seats, whichever is greater. Bowling alleys13 Five spaces for each alley, except when located in a shopping center. Dance halls and One parking space for each skating rinks ^ 200 square feet of gross floor area, except when located in a shopping center. Golf driving ranges One parking space for each driving station. Miniature golf courses One parking space for each hole. Recreational buildings, One parking space for each whether independent 200 square feet of gross or associated with a floor area. Such spaces multifamily complex shall be located adjacent to the building and shall be designated for visitors by signing or other special markings. Educational activities Senior high schools, One space for each public, parochial, and employee plus one space for private each 10 students enrolled. In addition, if buses for the transportation of children are kept at the school, one off- 32 Amending Title 15 -Annual Housekeeping Amendments Packet Pg. 178 8.M.a SPECIFIC LAND USE PARKING SPACE REQUIREMENT street parking space shall be provided for each bus, of a size sufficient to park each bus. One additional parking space for each 100 students shall be provided for visitors in the vicinity of or adjacent to the administration portion of the building or complex. Such parking spaces shall be so designated by signing or other special marking as approved by the traffic engineer. Colleges and Two and one-half parking universities and spaces for each employee, business and plus one space for each vocational schools15 three students residing on campus, plus one space for each five day students not residing on campus. In addition, if buses for transportation of students are kept at the school, one off-street parking space shall be provided for each bus, of a size sufficient to park each bus. One additional parking space for each 100 students shall be provided for visitors in the vicinity of or adjacent to the administration portion of the building or complex. Such parking spaces shall be so designated by signing or other special marking as approved by the traffic engineer. Elementary and junior One parking space for each high employee, plus one parking space for every 50 student capacity (Capacity means the designed capacity of the school, even if actual enrollment varies by year). In addition, if buses for transportation of students 33 Amending Title 15 -Annual Housekeeping Amendments Packet Pg. 179 8.M.a SPECIFIC LAND USE PARKING SPACE REQUIREMENT are kept at the school, one off-street parking space shall be provided for each bus, of a size sufficient to park each bus. Consideration for student loading/unloading and pick-up/drop-off areas shall be integrated in the site plan. Libraries and One parking space for each museums 250 square feet in office and public use. Day-care centers One parking space for each employee, plus loading and unloading areas. Medical activities Medical and dental One parking space for each offices16 200 square feet of gross floor area, except when located in a shopping center. Convalescent, nursing, One parking space for each and health institutions two employees, plus one parking space for each three beds. Hospitals One parking space for each three beds, plus one parking space for each staff doctor, plus one parking space for each three employees. Religious activities Churches, One space for each five religious institutions, or seats in the main auditorium/ other places of gathering place; provided, worship17 that the spaces for any institution shall not be less than 10. One seat is equivalent to seven square feet, for institutions that do not have seats in the main gathering place. For all existing institutions enlarging the seating capacity of their auditoriums, one additional parking space shall be provided for each five 34 Amending Title 15 -Annual Housekeeping Amendments Packet Pg. 180 8.M.a SPECIFIC LAND USE PARKING SPACE REQUIREMENT additional seats provided by the new construction. For all existing institutions making structural alterations or additions which do not increase the seating capacity of the auditorium, no additional parking need be provided. Mortuaries or funeral One parking space for each homes 100 square feet of floor area of assembly rooms. Other uses For uses not specifically identified in this section, the amount of parking required shall be determined by the planning department, based on staff experience, parking required for similar uses, and, if appropriate, documentation provided by the applicant. 1. Where enclosed garages are utilized to provide parking required by this title, an 18-foot stacking space shall be provided in front of such garage units; provided, however, the planning director shall have the authority to approve alternative plans where the developer can assure that such garage units will continue to be available for parking purposes and will not cause onsite parking or circulation problems. These assurances include but are not limited to: (a) covenants that run with the land or homeowners' association that require garages to be utilized for the storage of vehicles, (b) maintenance of drive aisle widths of 26 feet in front of each garage unit, and (c) maintenance of minimum clearances for fire lanes on the site. Special parking for recreational vehicles will not be required as long as the facility does not permit recreational vehicles other than campers or vehicles that will fit into a normal -sized parking stall. If recreational vehicles are to be permitted on the development, they must be screened and fenced. 2. Exceptions for senior citizen apartments in multifamily buildings: a. The multifamily parking requirement may be reduced as determined by the planning director. The planning director shall base his/her decision on a parking study that supports one or more of the following: 35 Amending Title 15 -Annual Housekeeping Amendments Packet Pg. 181 8.M.a i. Availability of private, convenient, regular transportation services to meet the needs of the tenants; ii. Accessibility to and frequency of public transportation; iii. Pedestrian access to health, medical, and shopping facilities; iv. Minimum age requirement to reside in subject apartments; V. Special support services offered by the facility; vi. Other documentation or standards that support a permanent reduction of parking stalls. 3. In MTC-1, MTC-2, and MCR zoning districts, a minimum of three -fourths parking space per dwelling unit, or conduct a parking feasibility study to determine need. No spaces provided for recreation vehicles. 4. For senior developments iln MTC-1, MTC-2, and MCR zoning districts, one parking space for every four dwelling units, or conduct a parking feasibility study to determine need. 5. In MTC-1, MTC-2, and MCR zoning districts, one parking space for each guest room, plus two parking spaces for every five employees, or conduct a parking feasibility study to determine need. 6. In MTC-1 and MCR zoning districts, one parking space for every 400 square feet of gross floor area, except when part of a shopping center, or conduct a parking feasibility study to determine need; in MTC-2 zoning district, one parking space for every 500 square feet of gross floor area, or conduct a parking feasibility study to determine need. 7. In MTC-1 and MCR zoning districts, one parking space for every 400 square feet of gross floor area, or conduct a parking feasibility study to determine need. 8. In MTC-1 and MCR zoning districts, one parking space for every 200 square feet of gross floor area, or conduct a parking feasibility study to determine need; in MTC-2 zoning district, a minimum of one parking space for every 300 square feet of gross floor area, or conduct a parking feasibility study to determine need. No parking is required if use is 3,000 square feet or less and with a parking supply of at least 20 spaces within 500 feet or 1,000 feet of a public garage. 36 Amending Title 15 -Annual Housekeeping Amendments Packet Pg. 182 8.M.a 9. In MTC-1 and MCR zoning districts, one parking space for every 400 square feet of gross floor area, or conduct a parking feasibility study to determine need; in MTC-2 zoning district, one parking space for every 500 square feet of gross floor area, or conduct a parking feasibility study to determine need. No parking is required if use is 800 square feet or less and with a parking supply of at least 20 spaces within 500 feet or 1,000 feet of a public garage. 10. In MTC-1, MTC-2, and MCR zoning districts, one parking space for every 1,000 square feet of gross floor area, or conduct a parking feasibility study to determine need. No parking is required if use is 800 square feet or less and with a parking supply of at least 20 spaces within 500 feet or 1,000 feet of a public garage. 11. In MTC-1 and MCR zoning districts, one parking space for every 400 square feet of gross floor area, except when located in a shopping center. 12. In MTC-1 and MCR zoning districts, conduct a parking feasibility study to determine need. 13. In MTC-1 and MCR zoning districts, three parking spaces for each alley, except when located in a shopping center. 14. In MTC-1 and MCR zoning districts, one parking space for every 500 square feet of gross floor area, or conduct a parking feasibility study to determine need. 15. In MTC-1, MTC-2, and MCR zoning districts, conduct a parking feasibility study to determine need. 16. In MTC-1, MTC-2, and MCR zoning districts, a minimum of one parking space for every 400 square feet of gross floor area, or conduct a parking feasibility study to determine need. 17. In MTC-1, MTC-2, and MCR zoning districts, one parking space for every 10 seats in the main auditorium; provided, that the spaces for any church shall not be less than 10. For all existing churches enlarging the seating capacity, one additional parking space shall be provided for every 10 seats provided by the new construction. B. Mixed occupancies or mixed use if one occupancy. In the case of two or more uses in the same building, the total requirements for off-street 37 Amending Title 15 -Annual Housekeeping Amendments Packet Pg. 183 8.M.a parking facilities shall be the sum of the requirements for the several uses computed separately; except in shopping centers, and except as provided in the mixed use overlay, KCC 15.04.200. Off-street parking facilities for one use shall not be considered as providing required parking facilities for any other use, except as permitted in subsection (C) of this section pertaining to joint use. C. Joint use. The minimum amount of off-street parking required by subsection (A) of this section may be reduced by the planning director when shared parking facilities for two or more uses are proposed if: 1. The total parking area exceeds 5,000 square feet; 2. The parking facilities are designed and developed as a single onsite common parking facility, or as a system of onsite and offsite facilities if all facilities are connected with improved pedestrian facilities and located within 500 feet of the buildings or use areas they are intended to serve; 3. The amount of reduction in off-street parking does not exceed 10 percent per use unless it is documented that the peak parking demand hours of two or more uses are separated by at least one hour; 4. The subject properties are legally encumbered by an easement or other appropriate means which provide for continuous joint use of the parking facilities. Documentation shall require review and approval by the city attorney; and 5. The total number of parking spaces in the shared parking facility is not less than the minimum required by any single use. D. Employee parking. Where employee parking will be maintained separately and in addition to parking for the general public, the regulations of this subsection shall apply: 1. Minimum parking stall sizes, aisle widths, and percentage of compact car stalls shall be as per other requirements in this chapter. 2. Employee parking must be clearly identified as such and not become parking for the general public. 3. If the employee parking is changed to parking for the general public, the normal regulations for off-street parking shall be in force. 38 Amending Title 15 -Annual Housekeeping Amendments Packet Pg. 184 8.M.a 4. Employee parking shall not be in lieu of parking requirements per activity as stated in this section. E. Temporary parking facilities. Temporary parking facilities may be permitted by the planning director when it has been shown that: 1. The existing use of the subject property has adequate legal nonconforming parking or that existing parking conforms to the applicable standards of this title. 2. The temporary parking facility is primarily intended to serve the public at large and not the existing use on the property. 3. The temporary parking facility serves a public need. 4. The temporary facility meets the following minimum standards: a. There shall be a minimum of 285 square feet gross area per stall. b. The pavement section shall be a minimum of four inches of five -eighths -inch minus C.R. crushed rock with bituminous surface treatment, subject to engineering department review. C. Onsite drainage control and detention shall be provided per the drainage ordinance. d. Ingress and egress and interior circulation and perimeter control shall be subject to traffic engineer approval. F. Compact car parking. 1. Parking stall size shall be a minimum of eight feet by 16 feet. Aisle width shall be per the requirements of KCC 15.05.080 and Diagram No. 1 following KCC 15.05.100. 2. Compact car parking spaces shall be clearly identified by signing or other marking as approved by the city engineer. 3. Compact car parking spaces shall not exceed 30 percent of the total required parking, and shall be distributed throughout the entire parking area. For parking lots of more than 20 stalls, up to 50 percent of the total required parking may be compact car parking spaces. Compact stalls cannot be located along a fire lane in lots where the percentage of compact stalls exceeds 30 percent, unless approved by the fire marshal. 39 Amending Title 15 -Annual Housekeeping Amendments Packet Pg. 185 8.M.a 4. See KCC 15.05.080 and diagram No. 1 following KCC 15.05.100 for typical compact car stall arrangements. G. Transit and rideshare provisions. 1. The planning director may reduce the minimum number of off- street parking stalls for businesses which have a commute trip reduction program filed with the city. Based upon a review of this program and input from other staff members, a reduction of up to 20 percent of the minimum standard may be approved. Any reduction in the amount of required parking is only valid for as long as the approved CTR program is in effect. An invalidated program or a change in use or operations would result in the application of the underlying standards per subsection (A) of this section. 2. The planning director may reduce the number of required off- street parking stalls for businesses which do not have a commute trip reduction program by one stall for every two car pool stalls, and/or one stall for every one van pool stall if: a. Reserved rideshare parking is located convenient to the primary employee entrance; b. Reserved areas are clearly marked by signs for use by approved and qualified rideshare vehicles; C. The use of reserved areas for rideshare parking is actively enforced by the employer; and d. The total reduction in the number of parking stalls does not exceed 10 percent of the required stalls. SECTION 9. - Severability. If any one or more section, subsection, or sentence of this ordinance is held to be unconstitutional or invalid, such decision shall not affect the validity of the remaining portion of this ordinance and the same shall remain in full force and effect. SECTION 10. - Corrections by City Clerk or Code Reviser. Upon approval of the city attorney, the city clerk and the code reviser are authorized to make necessary corrections to this ordinance, including the correction of clerical errors; ordinance, section, or subsection numbering; or references to other local, state, or federal laws, codes, rules, or regulations. 40 Amending Title 15 -Annual Housekeeping Amendments Packet Pg. 186 8.M.a SECTION 11. - Effective Date. This ordinance shall take effect and be in force thirty days from and after its passage, as provided by law. DANA RALPH, MAYOR ATTEST: KIMBERLEY A. KOMOTO, CITY CLERK APPROVED AS TO FORM: TAMMY WHITE, CITY ATTORNEY December 13, 2022 Date Approved December 13, 2022 Date Adopted December 16, 2022 Date Published 41 Amending Title 15 -Annual Housekeeping Amendments Packet Pg. 187 8.N KENT WASH IN G T O N DATE: December 13, 2022 TO: Kent City Council SUBJECT: Resolution Establishing Fee Rates for 2023 - Adopt MOTION: I move to repeal Resolution No. 2022 and adopt Resolution No. 2052, implementing new fees to be effective January 01, 2023. SUMMARY: The City establishes a schedule of fees by resolution. Fee update Resolution No. 2022 was adopted March 16, 2021, and increased fees to cover the City's cost of providing various licensing, permitting, and inspection processes. This resolution updates the fees established in Resolution No. 2022 and reflects the restructuring of fire prevention services fees (Exhibit "B"), the addition of a reduced plan review fee (Exhibit "C") for building permits, and the addition and removal of fees in Exhibit "F" for planning fees and modified engineering fees. BUDGET IMPACT: Intended to obtain full cost recovery for the City's various permitting and inspection functions. SUPPORTS STRATEGIC PLAN GOAL: Innovative Government - Delivering outstanding customer service, developing leaders, and fostering innovation. 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. Sustainable Services - Providing quality services through responsible financial management, economic growth, and partnerships. Inclusive Community - Embracing our diversity and advancing equity through genuine community engagement. ATTACHMENTS: 1. 2023 Fee Resolution and Repealing Resolution 2022 (PDF) Packet Pg. 188 8.N 12/06/22 Operations and Public Safety Committee MOTION PASSES RESULT: MOTION PASSES [UNANIMOUS] Next: 12/13/2022 7:00 PM MOVER: Satwinder Kaur, Councilmember SECONDER: Zandria Michaud, Councilmember AYES: Boyce, Fincher, Kaur, Larimer, Michaud, Thomas, Troutner Packet Pg. 189 8.N.a RESOLUTION NO. 2052 A RESOLUTION of the City Council of the City of Kent, Washington, adopting and revising development, business licensing, and other miscellaneous fees for 2023 and setting the date for repeal of Resolution No. 2022. RECITALS A. Through Resolution No. 1851, adopted December 13, 2011, the City Council established and consolidated all development, business licensing, and other miscellaneous fees in one location. These fees are then reviewed every few years for adjustments that may be appropriate due to changes in regulatory laws, costs of operation, and other factors. The City has made these fee adjustments at various times, the latest being adoption of Resolution 2022 on March 16, 2021. B. This resolution updates fees established in Resolution No. 2022 reflecting restructuring of Fire Prevention Services fees in Exhibit "B", the addition of a reduced plan review fee in Exhibit "C" for Building Permit Fees, and the addition and removal of fees in Exhibit "F", Table 1 and 2 for new Planning Fees and modified Engineering Fees. NOW THEREFORE, THE CITY COUNCIL OF THE CITY OF KENT, WASHINGTON, DOES HEREBY RESOLVE AS FOLLOWS: 1 2023 Fee Resolution and Repealing Resolution No. 2022 Packet Pg. 190 8.N.a RESOLUTION SECTION 1. - Repealer - Resolution No. 2022. Resolution No. 2022 and the fees established therein will remain in full force and effect through December 31, 2022. On January 1, 2023, Resolution No. 2022 shall be repealed in its entirety, and the fees set forth herein shall become effective. SECTION 2. - Business License Fees. In accordance with Chapter 5.01 of the Kent City Code, annual fees for business licenses will be based on the number of full and part-time employees employed at each business with certain exceptions for multi -family apartment and condominium businesses, home occupation businesses, and contractors doing business in Kent whose physical address is outside the City of Kent. The fees will be assessed as follows: A. Fees based on the number of full-time and part-time employees will be as follows: Number of Employees of Business Fee 0-24 $100 25 - 49 $200 50 - 99 $400 100 or more $600 B. The business license fee for multi -family apartments and condominium businesses is based on the number of dwelling units as noted in the schedule below. The business license fees will be waived for apartments and condominiums that participate in and are in compliance with the guidelines set forth in the STAR program in accordance with Chapter 5.14 KCC. 2 2023 Fee Resolution and Repealing Resolution No. 2022 Packet Pg. 191 8.N.a Number of Multi -Family Dwelling Units Fee 2 - 10 Units $100 11-50 Units $300 51 Units and above $600 C. In addition to the fees described in Section B, apartment businesses subject to the provisions of Chapter 10.02 KCC - Rental Housing Registration and Safety Program, shall be assessed an additional fee of $13 per dwelling unit in conjunction with the annual business license fee. D. The Home Occupation business license fee is $50.00. E. Contractors doing business in Kent whose physical location is outside the City of Kent will be assessed a $100 business license fee. SECTION 3. - Permit Technology Fee. As authorized by KCC Section 3.11.010(c), a technology fee for all business license transactions will be assessed in the amount of one dollar ($1) per transaction; every other fee established by this resolution will be assessed a technology fee in an amount equal to three percent (3%) of the fee or ten dollars ($10.00), whichever is greater, with the exception of the exclusions listed in Exhibit A. SECTION 4. - Hearing Examiner Fees. As authorized by KCC Section 2.32.155, the fee that an applicant will pay for any permit or approval that requires either an open or a closed record public hearing before the City's hearing examiner and the fee for any appeal of any decision or recommendation to the hearing examiner, will be in the amounts shown on Exhibits B through F. SECTION 5. - Small Cell Telecommunication Franchise Agreements and Equipment Installation Fees. Fees associated with franchise utility 3 2023 Fee Resolution and Repealing Resolution No. 2022 Packet Pg. 192 8.N.a applications and small cell, site specific equipment installations shall be per the requirements of Chapter 6.15 of the Kent City Code, and as set forth in Exhibit F. SECTION 6. - Franchise or Limited License Agreements for the use of the Public Right -of -Way. As authorized by Chapter 6.15 KCC, the fees for franchise or limited license agreements for the use of the public right-of-way are set forth in Exhibit F. SECTION 7. - International Fire Code Fees. Pursuant to KCC Sections 13.01.130 and 12.15.100, the fees to be assessed for fire permits, building permits, land use, and related inspections under the International Fire Code are set forth in Exhibit B. SECTION 8. - International Building Code and International Residential Code Fees. Pursuant to KCC Section 14.01.090, the fees to be assessed for building permits and related inspections under the International Building Code or the International Residential Code are set forth in Exhibit C. SECTION 9. - International Mechanical Code Fees. Pursuant to KCC Section 14.01.090, the fees to be assessed for mechanical permits issued for the installation of mechanical equipment under the International Mechanical Code or the International Residential Code are set forth in Exhibit D. SECTION 10. - Uniform Plumbing Code Fees. Pursuant to KCC Section 14.01.090, the fees to be assessed for plumbing permits issued for the installation of plumbing equipment under the Uniform Plumbing Code or the International Residential Code are set forth in Exhibit E. SECTION 11. - Construction, Land Use, and Development Fees. Pursuant to chapters 6.03, 6.06, 6.07, 7.02, 7.04, 11.06, 12.01, and other authorizations elsewhere in the Kent City Code, the applications, permits, 4 2023 Fee Resolution and Repealing Resolution No. 2022 Packet Pg. 193 8.N.a approvals, review, inspection and other fees for various construction, land use and development actions are set forth in Exhibit F. SECTION 12. - Impact Fees. Pursuant to chapters 12.14 and 12.16, the fees associated with the administration of transportation impact fees and parks impact fees are set forth in Exhibit G. SECTION 13. - Annual Consumer Price Index (CPI) Adjustment. On the first day of each calendar year, all fees, rates, and charges established in this resolution will adjust by the Consumer Price Index (CPI), specifically the CPI-W Seattle -Tacoma -Bellevue, measured from June 1 through June 1, if the CPI-W reflects an upward adjustment from the previous annual June to June period. This section and its related CPI adjustments will not apply to Section 2 - Business License Fees and Section 3 - Permit Technology Fees. SECTION 14. - Severability. If any section, subsection, paragraph, sentence, clause or phrase of this resolution is declared unconstitutional or invalid for any reason, that decision will not affect the validity of the remaining portions of this resolution. SECTION 15. - Effective Date. This resolution will take effect immediately, and the new fees established herein shall be in force on January 1, 2023. DANA RALPH, MAYOR December 13, 2022 Date Approved 5 2023 Fee Resolution and Repealing Resolution No. 2022 Packet Pg. 194 8.N.a ATTEST: KIMBERLEY A. KOMOTO, CITY CLERK APPROVED AS TO FORM: TAM MY WHITE, CITY ATTORNEY December 13, 2022 Date Adopted 6 2023 Fee Resolution and Repealing Resolution No. 2022 Packet Pg. 195 8.N.a Exhibit A Technology Fee Exceptions Excluded from technology fees: 1. Permit fees for firework displays; 2. Appeals; 3. Code text amendments, comprehensive plan map or text amendments, pre -application conferences, public notice boards and zone map amendments (rezones) under Exhibit "F" of this resolution; and 4. Fees listed under "Other inspections and Fees" in Exhibits "B," "D," and "E" of this resolution, except that a technology fee will be assessed and collected for each Adult Family Home licensing inspection under Exhibit "C." Packet Pg. 196 8.N.a Exhibit "B" City of Kent Fire Permit Fees Permit Issuance Fees: Fee Issuance of each annual operational permit under the fire code* Hazardous Materials or High -piled storage permits $352.19 All other permits $176.09 Issuance of a residential home heating fuel tank removal permit, per application $392.23 Issuance of a fireworks permit for a fireworks display, per application $242.12 * fee may be prorated Development Plan Review and Permit Fees: Fee Fire Prevention Construction Permits - Plan Review Fee 65% of permit fee Permit Fee Per Permit Fee Valuation Table Total Value of Project Permit Fee $1.00 to $500.00 $134.79 $501.00 to $2,000.00 $134.79 for the first $500.00, plus $17.58 for each additional $100.00, or fraction thereof, to and including $2,000.00. $2,001.00 to $25,000.00 $398.55 for the first $2,000.00, plus $80.45 for each additional $1,000.00, or fraction thereof, to and including $25,000.00. $25,001.00 to $50,000.00 $2,248.63 for the first $25,000.00, plus $58.06 for each additional $1,000.00, or fraction thereof, to and including $50,000.00. $50,001.00 to $100,000.00 $3,700.35 for the first $50,000.00, plus $40.26 for each additional $1,000.00, or fraction thereof, to and including $100,000.00. $100,001.00 to $500,000.00 $5,712.50 for the first $100,000.00, plus $32.25 for each additional $1,000.00, or fraction thereof, to and including $500,000.00. $500,001.00 to $1,000,000.00 $18,613.25 for the first $500,000.00, plus $30.57 for each additional $1,000.00, or fraction thereof, to and including $1,000,000.00. $1,000,001.00 and up $33,943.71 Review of Building Permits Single -Family Plan Review 42.7% of the building permit fee Commercial Plan Review 58% of the building permit fee Review of Land Use Applications - Boundary Line Adjustment $295.39 Binding Site Plan $484.26 Short Subdivision $484.18 Other Site Plan Reviews $237.30 Packet Pg. 197 8.N.a Exhibit "B" - Continued City of Kent Fire Permit Fees Preliminary Plat $1,602.88 Residential Variances $188.88 Other Project Approvals $285.70 SEPA Checklist $343.82 SEPA Checklist as Part of a Project $174.32 Requiring Hearing Examiner Approval $513.33 Code Modification or Alternative Materials and Methods Request (Three-hour minimum charge) $220.94 per hour Other Inspections and Fees: Fee Each hydrant flow request (Two-hour minimum) $220.94 per hour Initial fire and life safety inspection for new business, per application $172.90 Inspections outside of normal business hours (Two-hour minimum charge) $220.94 per hour Fire Impact Administrative Fee $148.54 The Compliance Engine Portal filing surcharge, per system, annually $77.00 Additional inspections required: • when a construction inspection is not complete or fails to pass inspection; • when required corrections on an operational permit or fire inspection system permit have not been corrected by the second inspection; • when work is not accessible; • when work is not ready by scheduled inspection time; • when the construction permit or approved plans are not made readily available; • when the project requires multiple inspections for phased construction; • when requesting Temporary Certificate of Occupancy (TCO) or Certificate of Occupancy (CO) approval; or • when requesting inspections required for licensing and/or certifications. (One hour minimum charge). $220.94 per hour Additional plan review required by: • re -submittals*, • changes, • deferred submittals, • additions, or revisions to plans. *Two re -submittals will be included in the plan review fee. (One hour minimum charge) $220.94 per hour Hazardous material inventory statement, management plan, or facility closure plan review and approval. (Two hour minimum charge) $220.94 per hour Appeal filing fee $512.57 Q. 0 Q M N O N L , U) m c� m m LL a) c z c� w c 0 :r 0 N a) ao ti M M N N O N c 0 0 m a� c m a m c c 0 r 0 a) m a� U- M N O N r c m E U R r Q Packet Pg. 198 8.N.a Penalty Fees: Fee Failing to mark or maintain the marking of a designated fire lane. $318.99 Packet Pg. 199 8.N.a Exhibit "C" City of Kent Building Permit Fees Development Plan Review and Permit Fees: Fee Building Construction Permits - Plan Review Fee (Standard & Basic) 65% of permit fee Secondary Basic $174.15 per hour Permit Fee Per Permit Fee Valuation Table Review on Fire Permit (20% of Fire Permit Fee) Hourly rate $174.15 Total valuation determined by building official $1.00 to $500.00 $501.00 to $2,000.00 $2,001.00 to $25,000.00 $25,001.00 to $50,000.00 $50,001.00 to $100,000.00 $100,001.00 to $500,000.00 Permit Fee Assessed $47.51 $47.51 for the first $500.00, plus $6.18 for each additional $100.00, or fraction thereof, to and including $2,000.00. $140.27 for the first $2,000.00, plus $28.38 for each additional $1,000.00, or fraction thereof, to and including $25,000.00. $792.66 for the first $25,000.00, plus $20.46 for each additional $1,000.00, or fraction thereof, to and including $50,000.00. $1,304.45 for the first $50,000.00, plus $14.19 for each additional $1,000.00, or fraction thereof, to and including $100,000.00. $2,013.59 for the first $100,000.00, plus $11.37 for each additional $1,000.00, or fraction thereof, to and including $500,000.00. $500,001.00 to $1,000,000.00 $6,560.45 for the first $500,000.00, plus $9.59 for each additional $1,000.00, or fraction thereof, to and including $1,000,000.00. $1,000,001.00 and up $11,349.38 for the first $1,000,000.00, plus $6.39 for each additional $1,000.00, or fraction thereof. Other Inspections and Fees: For inspections outside of normal business hours and Adult Family Home licensing inspections (minimum charge — two hours) .............................$ 174.15 per hour Reinspection fees assessed when work for which an inspection is requested is not complete, when required corrections have not been made, when work is not accessible, or when the permit or approved plans are not made readily available..........................................................................$ 174.15 per hour Additional plan review required by changes, deferred submittals, additions, or revisions to plans (Two re -submittals will be included in the plan review fee) ..........................................................................................................................$ 174.15 per hour Site -Specific Plan Review Fees. The site -specific plan review fee, after and in addition to the payment of the initial standard plan review fee, will be a fee of $129.74 for each permit issued upon a certified basic plan. Packet Pg. 200 8.N.a Investigation fee when work is commenced prior to obtaining required building, mechanical, or plumbing permit........................................................100% of permit fee Appealfiling fee................................................................................................................ $404.61 Packet Pg. 201 8.N.a Exhibit "D" City of Kent Mechanical Permit Fees Permit Issuance Fees: 1. Plan review fee.............................................................................25% of the permit fee 2. For the issuance of each mechanical permit......................................................................$54.63 3. For issuing each supplemental permit for which the original permit has not expired, been canceled, or finalized................................................................................... $17.07 Permit fees will include both issuance and unit fees. Unit Fee Schedule: 1. For each forced -air or gravity -type furnace or boiler, including ducts and vents attached, up to and including 100,000 Btu/h (29.3 kW)..............................................................................$34.16 2. For each forced -air or gravity -type furnace or boiler, including ducts and vents attached, over 100,000 Btu/h (29.3 kW).....................................................................................................$44.37 3. For each floor furnace, suspended heater, recessed wall heater or floor -mounted heater, includingvent...................................................................................................................... $34.16 4. For each appliance vent not included in an appliance permit............................................$17.07 5. For repair of, alteration of, or addition to each heating appliance, refrigeration unit, cooling unit, absorption unit, or each heating, cooling, absorption, or evaporative cooling system, including controls, regulated by the mechanical code or residential code..................................................................................................... $32.44 6. For each boiler or compressor: • to and including 3 horsepower (10.6 kW), or each absorption system to and including 100,000 Btu/h (29.3 kW).................................................$34.16 • over 3 horsepower (10.6 kW) to and including 15 horsepower (52.7 kW), or each absorption system over 100,000 Btu/h (29.3 kW) to an including 500,000 Btu/h (146.6 kW).............................................................$63.17 • over 15 horsepower (52.7 kW) to and including 30 horsepower (105.5 kW), or each absorption system over 500,000 Btu/h (293.1 kW) to and including 1,000,000 (293.1 kW).................................................................$87.07 • over 30 horsepower (105.5 kW) to and including 50 horsepower (176 kW), or each absorption system over 1,000,000 Btu/h (293.1 kW) to and including 1,750,000 (512.9 kW).............................................$129.72 • over 50 horsepower (176 kW) or each absorption system over 1,750,000 Btu/h (512.9 kW)................................................................................ $216.80 7. For each air -handling unit to and including 10,000 cubic feet per minute (cfm) (4,719 Us), including ducts attached thereto, which is not a portion of factory assembled appliance or unit for which a permit is required ............................... $25.59 • over 10,000 cfm (4,719 Us)..................................................................................$44.37 8. For each evaporative cooler other than portable type ........................................................ $25.59 9. For each ventilation fan connected to a single duct...........................................................$17.07 10. For each ventilation system which is not a portion of any heating or Packet Pg. 202 8.N.a air-conditioning system authorized by a permit ....................................... 11. For each hood served by mechanical exhaust, including the ducts forsuch hood............................................................................................ 12. For each domestic -type incinerator.......................................................... 13. For each commercial or industrial -type incinerator ................................. 14. For each mechanical appliance or piece of equipment regulated by the mechanical code or the residential code, not classed in other appliance categories, or for which no other fee is listed in this table ....................... 15. For each fuel gas or fuel oil piping system of one to five outlets ............ 16. For each additional piping system outlet, per outlet ................................ Other Inspections and Fees: For inspections outside of normal business hours (minimum charge — two hours) ............................................... Reinspection fees assessed when work for which an inspection is requested is not complete, when required corrections have not been made, when work is not accessible, or when the permit or approved plans are not made readily available..................................................................... $25.59 $25.59 $44.37 $34.16 $25.59 $13.65 ..$5.11 $174.15 per hour $174.15 per hour Additional plan review required by changes, deferred submittals, additions, or revisions to plans (Two re -submittals will be included in the plan review fee) ......................................................................................................................................... $174.15 per hour Investigation fee when work is commenced prior to obtaining required building, mechanical, or plumbing permit .............................................. Appeal filing fee 100% of permit fee $404.61 Packet Pg. 203 8.N.a Exhibit "E" City of Kent Plumbing Permit Fees Permit Issuance Fees: 1. Plan review fee..................................................................25% of the permit fee 2. For the issuance of each plumbing permit............................................................ $47.49 3. For issuing each supplemental permit for which the original permit has not expired, been canceled or finalized...................................................................... $25.59 Permit fees will include both issuance and unit fees. Unit Fee Schedule: 1. For each plumbing fixture on one trap or a set of fixtures on one trap, including water, drainage piping and backflow protection therefore.............................................................. $17.07 2. For each building sewer and each trailer park or mobile home park sewer ......... $29.06 3. Rainwater systems -per drain (inside building)..................................................... $17.07 4. For each water heater and/or vent........................................................................ $17.07 5. For each industrial waste pretreatment interceptor including its trap and vent, except kitchen -type grease interceptors functioning as fixture traps .................................................... $17.07 6. For each installation, alteration or repair of water piping and/or water treating equipment, each .............................................................................................................................. $17.07 7. For each repair or alteration of drainage or vent piping, each fixture ................... $17.07 8. For each lawn sprinkler system on any one meter including backflow protection devices therefore .............................................................................................................................. $17.07 9. For atmospheric -type vacuum breakers not included in item 8: 1 to 5 vacuum breakers........................................................................... $13.65 over 5 vacuum breakers, each................................................................... $5.11 10. For each backflow protective device other than atmospheric -type vacuum breakers: 2 inch (51 mm) diameter or smaller......................................................... $17.07 over 2 inch (51 mm) diameter.................................................................. $34.16 11. For each graywater or reclaimed water system .................................................... $95.57 12. For each medical gas piping system for a specific gas: 1 to 5 inlets/outlets.............................................................................................. $117.20 over 5 inlets/outlets, each..................................................................................... $13.65 Other Inspections and Fees: For inspections outside of normal business hours (minimum charge - two hours)..........................................................................$174.15 per hour Reinspection fees assessed when work for which an inspection is requested is not complete, when required corrections have not been made, when work is not accessible, or when the permit or approved plans are not made readily available...........................................................................$174.15 per hour Additional plan review required by changes, deferred submittals, additions, or revisions to plans (Two re -submittals will be included in the plan review fee) $174.15 per hour Packet Pg. 204 8.N.a Investigation fee when work is commenced prior to obtaining required building, mechanical, or plumbing permit........................................................100% of permit fee Appealfiling fee................................................................................................................ $404.61 Packet Pg. 205 8.N.a Exhibit "F" City of Kent Planning, Development Engineering, Public Works, and Land Use Review Fees Table 1 Permit Application Development Public Works Type Planning Fee Engineering Fee Fee Total Fees Notes Accessory $118.65 $0 $0 $118.65 Dwelling Unit 1 Administrative Determination $221.99 $0 $0 $221.99 Letter Appeal of Administrative $474.60 $0 $0 Interpretation / Decision $474.60 Appeal of SEPA $474.60 $0 $0 Determination $474.60 Appeal of Short $474.60 $0 $0 Plat $474.60 Binding Site Plan - $1,189.06 $4,299.49 $0 $5,488.55 Preliminary Binding Site $711.90/ $1,909.06/ Plan $950.48 $1,194.16 $0 $2,144.64 (2) Modification Code Text $1,189.06/ $0 $0 $1,189.06/ (10) (11) Amendment $3,565.89 $3,565.89 Combining $3,567.17 $0 $0 3,567.17 (10) Districts Comprehensive Plan Map $3,567.17 $0 $0 $3,567.17 (10) Amendment Comprehensive Plan Text $3,567.17 $0 $0 $3,567.17 (10) Amendment Conditional Use $4,753.68 $1,194.16 $0 $5,947.84 (13) Conditional Use $711.90 $238.58 $0 $950.48 - Minor Critical Areas - Reasonable Use $3,343.90 $3,343.90 or Variance Critical Areas - $1,971.12/ $1 971.12/ Delineation $2,628.17 $2,628.17 (23a) (23c) Report Review Critical Areas - $1,792.20/ $1,792.20/ Conceptual $2,389.60 $2,389.60 (23a) (23c) Mitigation Plan Critical Areas - $$4,734.55/ $4 734.55/ Final Mitigation $6,312.72 $6,312.72 (23a) (23c) Plan Critical Areas - $985.57/ $985.57/ Monitoring $1,314.09 $1,314.09 (23a) (23b) Report Critical Areas - Exempt $221.99 $0 $0 $221.99 (23d) Determination Packet Pg. 206 8.N.a Exhibit "F" City of Kent Planning, Development Engineering, Public Works, and Land Use Review Fees Table 1 - Continued Permit Application Development Public Works Type PlanningFee Engineering Fee Fee Total Fees Notes Critical Areas - Tree Removal Hourly N/A N/A Request Document Recording Fees Actual cost $0 $0 Actual Cost (20) Design Review - $473.33/ $119.93/ $0 $593.26/ (3) (14) Downtown $1,189.06 $238.58 $1,427.64 Design Review $473.33/$1,189.06 $119.93/$238.58 $0 $593.26/$1,427.64 (3) - Industrial Design Review - Midway$ 473.33/$1,189.06 2 $ 119.93/$38.58 $0 $593.26/$1,427.64 (3) (14) Design Review Hourly Rate N/A N/A - Revision Fee Deferral $316.40 $0 $0 (18) Lien 316.40 Hearing Examiner - Conduct of Hearing and Actual cost $0 $0 Actual Cost (16) Preparation of Decision Hourly rate $186.51 $186.51 $188.82 N/A Landscape Hourly Rate Revision Lot Line $711.90 $955.58 $965.81 $2,633.29 Adjustment Lot Line Elimination $237.30 $238.58 $241.13 $717.01 Mixed Use $1,194.16 $238.58 $0 $1,432.74 (14) Design Review Multi -Family $1,189.06+ $24.24/unit $238.58 $0 $1,427.64 + (14) Design Review 24.24/unit Multi -Family Dwelling Tax $1,275.93 $0 $0 Exemption - Application 1,275.93 Multi -Family Dwelling Tax Exemption - $1,275.93 $0 $0 (17) Final Application $1,275.93 Multi -Family Tax Exemption Appeal- $474.60 $0 $0 Conditional, Final, Extension 474.60 Packet Pg. 207 8.N.a Exhibit "F" City of Kent Planning, Development Engineering, Public Works, and Land Use Review Fees Table 1 - Continued Permit Application Development Type Plannin2 Fee Engineering Fee Public Works Fee Total Fees Notes Multi -Family Tax Exemption Extension of $63.79 $0 $0 63.79 Conditional Certificate Multi -Family Tax Exemption $637.91 $0 $0 $637.91 - Contract Amendment Parking Lot Hourly Rate Hourly Rate N/A Restriping Planned Unit + $5,942./u Development $111.00nit $884010 ,. $0 $14,782.83 + Plan 111.00/unit Planned Unit Development $591.98/ $478.43/ $0 (4) Plan $1,782.31 $1,911.17 $1070.41/ Modification $3,693.48 Plat Modification/Alt Minor: 1/4 of plat fee Minor: 1/4 of plat fee (15) eration Major: 1/2 of plat fee Major: 1/2 of plat fee Minor/Major Pre -Application $593.25 $0 $593.25 Conference $0 Public Notice Actual cost of publication (21) SEPA Checklist $593.25/ $711.90/ $0 $1,305.15/ (6) $1,663.66 $1,194.16 $2,857.82 SEPA $179.89/ $119.93/ $0 $299.82/ (7) Modification 593.25 238.58 931.83 SEPA Exempt $221.99 $0 $0 $221.99 Determination SEPA Environmental 4 752.40 + de osit $ p $0 $0 $4,752.40 +deposit (8) Impact Statement Shoreline Conditional Use $2,851.44 $686.39 $0 $3,537.83 (13) Shoreline Exempt $474.60 $0 $0 $474.60 Determination Shoreline Substantial $2,378.11 $717.01 $0 $3,095.12 Development Shoreline $1,782.31 $717.01 $0 $2,499.32 (13) Variance Short Plat (2-4 lots) - $1,782.31 $2,389.60 $0 Preliminary Plat 4171.91 Packet Pg. 208 8.N.a Exhibit "F" City of Kent Planning, Development Engineering, Public Works, and Land Use Review Fees Table 1 - Continued Permit Application Development Public Works Type Planning Fee Engineering Fee Fee Total Fees Notes Short Plat (5-9 $9,+ lots) - $4,752.40 + $118.65/lot $4,299.49 $0 $1118.65/8.65/ lot Preliminary Plat Short Plat - Final Plat or $3,565.89 + $48.48/lot $2,389.60 $7,884.52+ Final Binding $48.48/lot Site Plan 1 929.03 Sign Permit $357.21 $119.93 $0 $477.14 19 Small Cell Equipment $500.00 $0 $0 $500.00 Installation -Site Specific Special Home Occupation $711.90 $0 $0 $711.90 Permit 13 Subdivision - $8,319.57 + $118.65/lot $8,840.10 $0 $17,159.67 + Preliminary Plat $118.65/lot Subdivision - $4,756.23 + $48.48/lot $6,450.51 $16,980.66 + Final Plat $5,774.33 $48.48/lot Temporary Use $72.72 $72.72 $0 $145.44 Temporary Sign $179.89 $0 $0 $179.89 Variance - $ 711.90 2 $38.58 $0 $950.48 Administrative Variance - Single Family $711.90 $119.93 $0 $831.83 Dwelling 13 Variance - Sign & Other than Single Family $4,753.68 $238.59 $0 $4,992.27 Dwelling 13 WTF Administrative $711.90 $0 $0 $711.90 Permit WTF Conditional Use $4,753.68 $478.43 $0 $5,232.11 Zone Map Amendment $4,753.68 $0 $0 $4,753.68 Rezone 10 Zoning Permit / $59.96/ $59.96/ $119.92/ Site Plan $119.93/value $119.93/value $0 $238.86/valueRevie 12a-12e 14 Packet Pg. 209 8.N.a TABLE 1 NOTES: Two (2) re -submittals of the plans are included with the review fees described in Table 1. Additional re -submittal reviews, whether attributed to the application's action or inaction, shall be charged at the hourly rate listed in Table 1. (1) The fees are applicable for an attached accessory dwelling unit, an interior accessory dwelling unit or for a detached accessory dwelling unit in a single- family residential zone. The fee includes the cost of the Planning Services Office recording of the accessory dwelling unit covenant documents with King County. An accessory living quarters in a commercial or industrial zone is subject to the applicable construction value -based fee. (2) The lesser Planning fee applies to review of changes to an unrecorded Binding Site Plan. The greater fee is for changes to a recorded Binding Site Plan. (3) The lesser planning and engineering review fees applicable to minor alterations and improvements. The greater planning and engineering review fees apply to all new buildings, redevelopment, and major alterations and improvements. (4) Any minor change to an approved Planned Unit Development Plan is subject to the lesser planning and engineering review fees for a modification. Any major change to an approved Planned Unit Development Plan is subject to the greater planning and engineering review fees for a modification. (5) The Planning Director has the authority to change this fee as needed to cover City expenditures. (6) The lesser planning and engineering review fees are applicable only to SEPA review of construction of one single family dwelling on an individual parcel. All other SEPA checklist applications are subject to the greater fees for both planning and engineering review fees. (7) The lesser planning and engineering review fees are applicable only to modifications to a SEPA determination for one single family dwelling on an individual parcel. All other modifications to a SEPA determination are subject to the greater planning and engineering review fees. (8) A deposit amount will be equal to the estimated cost of contract services necessary to complete the Environmental Impact Statement process, must be submitted to the city. (9) Removed. (10) Application requires public hearings. If multiple permit applications which require the same hearing procedure are submitted at the same time, the Packet Pg. 210 8.N.a applicant will be charged the full fee for the permit application with the highest fee and 50% of the established fee for each of the other permits eligible for a consolidated review and hearing. (11) The lesser fees are applicable to amendments to Single Family Residential zones only. Amendments to all other zoning districts or sections of the zoning code are subject to the greater fee. (12) a) The lesser fees are applicable for Minor Single Family Dwelling Construction on an existing dwelling such as a deck, minor addition of less than 25% of existing floor area, interior remodel or accessory building of 500 square feet or less on the same lot as the existing dwelling. b) The greater fees are applicable for Major Single Family Dwelling Construction on an existing dwelling such as major addition of more than 25% of existing floor area or an accessory building of more than 500 square feet on the same lot as the existing dwelling. c) All new single family dwelling construction is subject to the following fee schedule: Building Services Construction Valuation Planning Engineer Eng. Fee Review Insu. Fee Fee $0 - $74,999.................................. $118.59 $118.59 $188.72 $75,000-$124,999........................... $236.86 $236.86 $188.72 $125,000 - $224,999 ....................... $473.08 $473.08 $188.72 Over$225,000................................ $711.90 $711.90 $188.72 d) All new buildings, tenant improvements, and accessory living quarters in a commercial or industrial zone and other construction and development activity, other than single family dwelling construction, is subject to the following fee schedule: Building Services Construction Valuation Planning Fee $0 - $49,999.................................. $186.41 $50,000 - $99,999........................... $790.59 $100,000-$249,999 ......................... $1,578.61 $250,000 - $499,999 ....................... $2,369.30 $500,000 - $999,999.......................$3,157.24 $1,000,000 - $4,999,999.................. $4,735.85 $94.36 Engineer Eng. Review Insp. Fee Fee $186.41 $94.36 $790.59 $94.36 $1,578.61 $94.36 $2,369.30 $94.36 $3,157.24 $94.36 $4,4735.85 Packet Pg. 211 8.N.a $5,000,000 -$10,000,000................$6,317.01 $6,317.01 $94.36 Over $10,000,000 ........................... $7,895.62 $7,895.62 $94.36 e) The zoning permit fee for those development projects for which no building permit is required but which requires site plan review and a zoning permit, shall be based on the value of the proposed development to be undertaken. The value of the proposed construction/ development shall be determined based on professional estimates by a licensed engineer, architect, landscape designer or contractor. These estimates may include, but are not limited to, grade and fill of the site, paving, placement of utilities, lighting, landscaping, and other site improvements. The combined total of the cost estimates for all development on the site shall be the established value basis for the zoning permit fee [as listed in 12c or 12d categories above as appropriate]. (13) Application requires a public hearing before the Hearings Examiner. If multiple permit applications which require a Hearing Examiner decision are submitted at the same time, the applicant will be charged the full fee for the permit application with the highest fee and 50% of the established fee for each of the other permits eligible for a consolidated review and hearing. (14) Application fees may be reduced by 75% if the application is for a mixed -use building. Fee reduction applies to site plan review/zoning permit, mixed use design review, multi -family design review and downtown design review. Fee waivers do not apply to SEPA, short plat, subdivision or other permit requests associated with the development of a site, nor does fee reduction apply to mixed use development where the commercial and residential uses are not located within the same building. (15) Plat alteration fees are determined after review whether the changes requested are minor or major. A minor change is done administratively, and the fee is 25% of the cost of the original preliminary plat fee. A major change requires a public hearing or meeting and the fee is 50% of the cost of the original preliminary plat fee. A public notice board is required for a major alteration. (16) For applications that require a public hearing before the city's Hearing Examiner, the project applicant is responsible for 100% of the Hearing Examiner's hourly fee and associated expenses. Payment in full shall be submitted to the City prior to release of the Hearing Examiner's decision. This requirement shall not apply to appeal hearings. (17) These funds are distributed to the King County Assessor's Office by the City (18) A fee deferral lien may be recorded in lieu of transportation, fire and school impact fees for building permits associated with single family residential homes built for resale, consistent with the requirements of Kent City Code 12.20. Packet Pg. 212 8.N.a (19) The engineering fee only applies to freestanding signs, not wall mounted signs (20) The applicant shall pay all document recording fees charged by King County, and all administrative fees charged by the title company for processing. Payment in full shall be submitted to the City before documents are sent for recording. (21) For applications that require public notice, the applicant shall reimburse the City for 100% of publication and mailing costs. Reimbursement shall be paid to the City prior to issuance of the final decision. (22) For small cell franchise agreement applications, the fee shall include review, issuance and inspection of five site -specific small -cell equipment installation permits. (23) Critical Areas (a) Review fees for a single-family residential parcel only may be reduced by 25%. (b) Fee assumes one site visit to verify report findings, one review and one letter of acceptance from the city. Additional site visits and/or reviews will be billed at the hourly rate for staff time plus time and materials for city consultant time. (c) Fee assumes one site visit or review, one re -review and one approval letter from the city. Additional site visits and/or reviews will be billed at the hourly rate for staff time plus time and materials for city consultant time. (d) If city consultant review is necessary to determine exempt status, the applicant will be billed time and materials for consultant time. Packet Pg. 213 8.N.a Exhibit "F" City of Kent Planning, Development Engineering, Public Works, and Land Use Review Fees TABLE 2 Permit Application Type Review/Intake Fee Inspection / Issuance Fee Total Fee Notes Civil Construction - Non- Residential $7,639.56/$24,112.85/ $73,929.85 $5,910.84/$18,644.72/ $57,070.90 $13,550.40/$42,757.57/ $130,363.75 1a Civil Construction - Minor 954.31/ 2 148.47 682.56/ 1 819.31 1 636.87/ 3 967.78 1b Civil Construction - Plats 22 918.69/ 44 167.34 $17,73 5.06/ 34 333.38 40.653.75/ 78 500.72 1c Civil Construction - Short Plats $2,865.47/$7,399.17 $2,046.40/$7,447.58 $4,911.87/$14,847.29 1d Demolition Permit $478.43 $455.46 $934.19 Deviation Request to Construction Standards $1,029.58 $227.09 $1,256.67 Franchise or Limited License Agreements for use of the public right-of-way $100 $0 $100 9 Grade and Fill - Major - Tier 1 $954.69 $1,363.83 $1,975.10 3a Grade and Fill - Major - Tier 2 $1,432.67 $1,817.60 $2,767.31 3a Grade and Fill - Major - Tier 3 $1,909.37 $3,636.46 $4,722.88 3a Grade and Fill - Major - Tier 4 $2,387.35 $5,456.61 $6,677.36 3a Grade and Fill - Minor $716.33 $681.92 $1,190.49 3a Grade and Fill - Minor SF Only) $238.36 $226.88 $396.11 3b Hearing Examiner Actual Cost Actual Cost 4 Hourly Rate $186.51 $188.82 Permit Extension Hourly Rate Hourly Rate Recording Fees Actual Cost Actual Cost 5 Sewer - Certificate of Availability 358.50 $358.50 Sewer - Permit $119.93 $569.01 $688.94 6 Sewer - Emergency Repair $119.93 $284.51 $404.44 Street Cut Permits $478.43 $682.56 $1,160.99 7 8 Street Use Permits $238.58 $341.92 $580.50 Water - Certificate of Availability 358.50 $358.50 Water - Permit $119.93 $569.01 $688.94 Water Backflow Inspection 0 $227.10 $227.10 Backflow Prevention Assembly Annual Administrative Fee 0 $129.14 $129.14 Packet Pg. 214 8.N.a Exhibit "F" City of Kent Planning, Development Engineering, Public Works, and Land Use Review Fees TABLE 2 NOTES: Two (2) re -submittals of the plans are included with the review fees described in Table 2. Additional re -submittal reviews, whether attributed to the application's action or inaction, shall be charged at the hourly rate listed in Table 2. (1) Civil Construction a. Applies to work with a construction valuation of $100,000 or greater with the following sub -categories: Non -Residential Tier Construction Valuation Small $100,000 - $299 999 Medium $300,000 - $1,299,999 Large $1,300,000 - $4,399,999 Extra Large $4,400,000 and above* * Projects valued over $4,400,000 shall be charged an additional fee equal to 2.5% of the portion of project valuation over $4,400,000. b. Applies to projects, with a construction valuation of less than $100,000 The lower fee applies to work with valuations less than $30,000. C. The lower fee applies to plats 39 lots and less. d. The lower fee applies to short plats 4 lots and less. (2) Removed. (3) Grade and Fill a. The quantities and review thresholds for Grade and Fill permits are as follows: Grade and Fill Quantity Cleared or Disturbed Area New or Replaced Hard Surface Tier 0 cy - 49 cy 0 sf - 6,999 sf 0 sf - 1999 sf 0 50 cy - 499 cy 7,000 sf - <3/4 acre 2,000 sf - 4,999 sf Minor 500 cy - 4,999 cy 3/4 ac - <1 ac 5,000 sf - <1 ac 1 5,000 cy - 49,999 cy 1 ac - <2.5 ac 1 ac - <2.5 ac 2 50,000 cy - 99,999 cy 2.5 ac - <5 ac 2.5 ac - <5 ac 3 100,000 cy and larger 5 ac and larger 5 ac and larger 4 Packet Pg. 215 8.N.a b. The Minor Single -Family Grade and Fill fees apply to work performed on one single family residential parcel of 6,999 sf or less only. Short Plats, Plats, and other projects spanning multiple parcels fall into the other categories. (4) For applications that require a public hearing before the city's Hearing Examiner, the project applicant is responsible for 100% of the Hearing Examiner's hourly fee and associated expenses. Payment in full shall be submitted to the City prior to release of the Hearing Examiner's decision. This requirement shall not apply to appeal hearings. (5) The applicant shall pay all document recording fees charged by King County and all administrative fees charged by the title company for processing. Payment in full shall be submitted to the City before documents are sent for recording. (6) Side sewer permit Inspection / Issuance Fee may be reduced by 50% if the work is an emergency repair only. New installations, grease interceptors, and similar work is subject to the full fee listed in the table. (7) Street Cut Permit Review and Inspection Fees may be reduced by 50% if the following criteria are met: a. The location of the work is behind the curb and gutter (if any), or outside the pavement surface (if no curb and gutter exist), and b. The size of the disturbed area is 50 square feet or less, and C. The work is in front of a single family residential zoned parcel only, and d. There is no traffic control plan required, and e. The work is not being done by a franchised utility company. (8) This fee shall be assessed for every 500 lineal feet of underground utility installation. For the purpose of determining the fee, lineal footage measurements shall be rounded up to the next 500-foot increment. (9) The city may charge additional review fees based on its actual costs to review the application. Packet Pg. 216 8.N.a City of Kent Administration Fees to the Transportation Impact Fees and Park Impact Fees Transportation Impact Fee: I Fee: Independent fee calculation review I $877.31 Administrative fee $328.50 or 1 % of the transportation impact fee whichever is greater Park Impact Fee: Fee: Independent fee calculation review $877.31 Administrative fee $328.50 or 1 % of the park impact fee, whichever is greater Packet Pg. 217 8.0 KENT WASH IN G T O N DATE: December 13, 2022 TO: Kent City Council SUBJECT: Agreement with EuroStage Mobile Stages - Authorize MOTION: I move to authorize the Mayor to sign a Goods and Services Agreement with EuroStage Mobile Stages, in the amount of $115,935 for the purchase of a new mobile stage, subject to final terms and conditions acceptable to the Parks Director and City Attorney. SUMMARY: A new stage will replace the existing 16-year-old mobile stage that came to the end of its lifecycle in 2022. Through extensive research, Parks staff has identified a stage from EuroStage Mobile Stages as the product that will best meet its needs in terms of size, flexibility, technical specifications, and branding opportunities. The EuroStage 2620 will cost $115,935 to manufacture, plus approximately $10,200 for delivery and $13,000 in licensing taxes (for a total estimated final cost of $139,135). The delivery and licensing taxes will be paid separately, and these costs are not included in the contract with EuroStage Mobile Stages. The advertised bid process otherwise required under KCC 3.70.080(D) has been waived for this purchase. KCC 3.70.110(A)(2) allows the Mayor to waive bidding requirements for the purchase of goods, materials, equipment, or services that are not part of a public work upon finding that "the purchase is subject to special market conditions or involves special facilities or services." (See attached EXHIBIT B) BUDGET IMPACT: N/A - Parks operating funds SUPPORTS STRATEGIC PLAN GOAL: Thriving City - Creating safe neighborhoods, healthy people, vibrant commercial districts, and inviting parks and recreation. Sustainable Services - Providing quality services through responsible financial management, economic growth, and partnerships. ATTACHMENTS: Packet Pg. 218 8.0 1. Goods and Services Agreement with EuroStage Mobile Stages (PDF) 2. Signed Mayoral Waiver of KCC 3.70.110 competitive process (PDF) 12/01/22 Parks and Human Services Committee RECOMMENDED TO COUNCIL RESULT: RECOMMENDED TO COUNCIL [UNANIMOUS] Next: 12/13/2022 7:00 PM MOVER: Satwinder Kaur, Councilmember SECONDER: Toni Troutner, Councilmember AYES: Zandria Michaud, Satwinder Kaur, Toni Troutner Packet Pg. 219 8.O.a KEN T W A S M N G T O N GOODS & SERVICES AGREEMENT between the City of Kent and EuroStage Mobile Stages THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and EuroStage Mobile Stages] organized under the laws of the State of Kentucky, located and doing business at 1440 Campbell Lane #700, Bowling Green, KY 42104 (hereinafter the "Vendor"). AGREEMENT I. DESCRIPTION OF WORK. The Vendor shall provide the following goods and materials and/or perform the following services for the City: ES-2620 Mobile Stage Trailer - 26' x 20' stage trailer with roof and masts, including features as described in EXHIBIT A - SCOPE OF SERVICES. The Vendor acknowledges and understands that it is not the City's exclusive provider of these goods, materials, or services and that the City maintains its unqualified right to obtain these goods, materials, and services through other sources. II. TIME OF COMPLETION. Upon the effective date of this Agreement, the Vendor shall complete the work and provide all goods, materials, and services by December 31, 2023. III. COMPENSATION. The City shall pay the Vendor an amount not to exceed $115,935, including applicable Washington State Sales Tax, for the goods, materials, and services contemplated in this Agreement. The City shall pay the Vendor the following amounts according to the following schedule: $11,593.50 - Payment 1: Deposit due at the time of order $46,374.00 - Payment 2: Due at shipping $57,967.50 - Payment 3: Due before pick-up Card Payment Program. The Vendor 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 GOODS & SERVICES AGREEMENT - 1 (Over $20,000, including WSST) Packet Pg. 220 8.O.a by check and is available for the convenience of the Vendor. If the Vendor voluntarily participates in this Program, the Vendor will be solely responsible for any fees imposed by financial institutions or credit card companies. The Vendor shall not charge those fees back to the City. If the City objects to all or any portion of an invoice, it shall notify the Vendor and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion. A. Defective or Unauthorized Work. The City reserves its right to withhold payment from the Vendor for any defective or unauthorized goods, materials or services. If the Vendor is unable, for any reason, to complete any part of this Agreement, the City may obtain the goods, materials or services from other sources, and the Vendor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Agreement price specified above. The City further reserves its right to deduct these additional costs incurred to complete this Agreement with other sources, from any and all amounts due or to become due the Vendor. B. Final Payment: Waiver of Claims. VENDOR'S ACCEPTANCE OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY VENDOR AS UNSETTLED AT THE TIME REQUEST FOR FINAL PAYMENT IS MADE. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor - Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Vendor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Vendor maintains and pays for its own place of business from which the Vendor's services under this Agreement will be performed. C. The Vendor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained the Vendor's services, or the Vendor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Vendor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Vendor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by the Vendor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Vendor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. VI. CHANGES. The City may issue a written amendment for any change in the goods, materials or services to be provided during the performance of this Agreement. If the Vendor determines, for any reason, that an amendment is necessary, the Vendor must submit a written amendment request to the GOODS & SERVICES AGREEMENT - 2 (Over $20,000, including WSST) Packet Pg. 221 8.O.a person listed in the notice provision section of this Agreement, Section XV(D), within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Vendor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Vendor on all equitable adjustments. However, if the parties are unable to N L agree, the City will determine the equitable adjustment as it deems appropriate. The Vendor shall 0 proceed with the amended work upon receiving either a written amendment from the City or an oral order 3 from the City before actually receiving the written amendment. If the Vendor fails to require an a amendment within the time allowed, the Vendor waives its right to make any claim or submit subsequent y amendment requests for that portion of the contract work. If the Vendor disagrees with the equitable z adjustment, the Vendor must complete the amended work; however, the Vendor may elect to protest the u" adjustment as provided in subsections A through E of Section VIII, Claims, below. a - The Vendor accepts all requirements of an amendment by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. An amendment that is accepted by the Vendor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VII. 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, 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 protective equipment requirements that may be required under federal, state, or local law in response to the current pandemic. 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 performance and, provided, that the party prevented or delayed has not caused such event to occur and 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 Vendor 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 costs, losses, expenses, damages, or delay costs incurred by the Vendor 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 Vendor 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 arising from a direction by the City under this clause will be dealt with as a change order, except to the extent that the loss or damage has been caused or exacerbated by the failure of the Vendor to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Vendor. VIII. CLAIMS. If the Vendor disagrees with anything required by an amendment, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Vendor may file a claim as provided in this section. The Vendor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or GOODS & SERVICES AGREEMENT - 3 (Over $20,000, including WSST) Packet Pg. 222 8.O.a otherwise, shall be conclusively deemed to have been waived by the Vendor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Vendor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Vendor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Vendor is asserting a schedule change or disruption. B. Records. The Vendor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Vendor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Vendor's Duty to Complete Protested Work. In spite of any claim, the Vendor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Vendor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Vendor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). IX. LIMITATION OF ACTIONS. VENDOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR VENDOR'S ABILITY TO FILE THAT SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. X. WARRANTY. The Vendor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. In addition to any other warranty provided for at law or herein, this Agreement is additionally subject to all warranty provisions established under the Uniform Commercial Code, Title 62A, Revised Code of Washington. The Vendor warrants goods are merchantable, are fit for the particular purpose for which they were obtained, and will perform in accordance with their specifications and the Vendor's representations to City. The Vendor shall promptly correct all defects in workmanship and materials: (1) when the Vendor knows or should have known of the defect, or (2) upon the Vendor's receipt of notification from the City of the existence or discovery of the defect. In the event any part of the goods are repaired, only original replacement parts shall be used —rebuilt or used parts will not be acceptable. When defects are corrected, GOODS & SERVICES AGREEMENT - 4 (Over $20,000, including WSST) Packet Pg. 223 8.O.a the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. The Vendor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Vendor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Vendor shall pay all costs incurred by the City in order to accomplish the correction. XI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub -contract, the Vendor, its sub -contractors, or any person acting on behalf of the Vendor or sub -contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. The Vendor shall execute the attached City of Kent Non -Discrimination Policy Declaration and comply with City Administrative Policy 1.2. XII. INDEMNIFICATION. The Vendor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Vendor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of the Vendor's work when completed shall not be grounds to avoid any of these covenants of indemnification. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE VENDOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event the Vendor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Vendor's part, then the Vendor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Vendor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XIII. INSURANCE. The Vendor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit EXHIBIT B attached and incorporated by this reference. XIV. WORK PERFORMED AT VENDOR'S RISK. The Vendor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at the Vendor's own risk, and the Vendor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non -Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. GOODS & SERVICES AGREEMENT - 5 (Over $20,000, including WSST) Packet Pg. 224 8.O.a C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in N L writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred 3 in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or a award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's y right to indemnification under Section XII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non -assigning party shall be void. If the non -assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and the Vendor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Vendor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to the Vendor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Vendor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Vendor in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Vendor agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior GOODS & SERVICES AGREEMENT - 6 (Over $20,000, including WSST) Packet Pg. 225 8.O.a to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. VENDOR: CITY OF KENT: By: Print Name: Its DATE: By: Print Name: Dana Ralph Its Mayor DATE: NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: VENDOR: CITY OF KENT: Sean Michael Thomas Ronda Billerbeck, Cultural Programs Manager EuroStage Mobile Stages City of Kent 1440 Campbell Lane #700 220 Fourth Avenue South Bowling Green, KY 42104 Kent, WA 98032 615-541-9226 (telephone) (253) 856-5055 (telephone) (facsimile) (253) 856-6050 (facsimile) APPROVED AS TO FORM: Kent Law Department ATTEST: Kent City Clerk [In this field, you may enter the electronic filepath where the contract has been saved] GOODS & SERVICES AGREEMENT - 7 (Over $20,000, including WSST) Packet Pg. 226 8.O.a DECLARATION CITY OF KENT NON-DISCRIMINATION POLICY The City of Kent (City) is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors, consultants, vendors, and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The City of Kent and its contractors are subject to and will comply with the following: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); • 49 C.F.R. Part 21 (entitled Non-discrimination In Federally -Assisted Programs Of The Department Of Transportation -Effectuation Of Title VI Of The Civil Rights Act Of 1964); • 28 C.F.R. section 50.3 (U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil Rights Act of 1964). • Ch. 49.60 RCW (Washington Law Against Discrimination) The preceding statutory and regulatory cites hereinafter are referred to as "the Acts and Regulations". The following statements specifically identify the requirements the City deems necessary for any contractor, subcontractor, or supplier on this specific Agreement to adhere to. An affirmation of all of the following is required for this Agreement to be valid and binding. If any contractor, subcontractor, or supplier willfully misrepresents themselves with regard to the directives outlined below, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement. The statements are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement I, the prime contractor, will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. 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: a EEO COMPLIANCE DOCUMENTS - 1 of 5 Packet Pg. 227 8.O.a A. Compliance with Regulations: The contractor, subcontractor, consultant, vendor, and supplier (hereinafter "Contractor") will comply with all Acts and the Regulations relative to non-discrimination, including those applicable to Federally - assisted programs of the U.S. Department of Transportation, State -assisted programs through the Washington State Department of Transportation, and generally under Washington's Law Against Discrimination, Ch. 49.60 RCW, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. B. 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 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. C. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, 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 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. D. Information and Reports: The contractor will provide all information and reports required by the Acts and Regulations and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined applicable to contractor's contract by the City or the Washington State Department of Transportation to be pertinent to ascertain compliance with such Acts and Regulations and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the City or the Washington State Department of Transportation, as appropriate, and will set forth what efforts it has made to obtain the information. E. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the non-discrimination provisions of this contract, the City will impose such contract sanctions as it or the Washington State Department of Transportation may determine to be appropriate, including, but not limited to: 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. F. Incorporation of Provisions: The contractor will include the provisions of paragraphs (A) through (F) above in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts and Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the City or the Washington State Department of Transportation may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, EEO COMPLIANCE DOCUMENTS - 2 of 5 Packet Pg. 228 8.O.a or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the City to enter into any litigation to protect the interests of the City. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. 6. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: Pertinent Non -Discrimination Authorities: i. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. ii. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects); iii. Federal -Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); iv. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; V. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); vi. Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); vii. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or 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); viii. 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 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; ix. The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); X. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low -Income Populations, which ensures Non- 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; EEO COMPLIANCE DOCUMENTS - 3 of 5 Packet Pg. 229 xi. xni. 8.O.a 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 English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP N L persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 0 74100); a 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). Washington Law Against Discrimination (Ch. 49.60 RCW) a 7. The submission of the final invoice for this contract will constitute a reaffirmation that the preceding statements were complied with during the course of the contract's performance. By signing below, I agree to fulfill the five requirements referenced above. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 4 of 5 Packet Pg. 230 8.O.a CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: October 20, 2022 SUBJECT: INCLUSIVE CONTRACTING POLICY: SUPERSEDES: January 1, 1998 APPROVED BY Dana Ralph, Mayor Equal employment opportunity and non-discrimination in contracting requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants, and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Further, all contractors, subcontractors, consultants, suppliers, grantees, or subgrantees of the City, regardless of the value of the Agreement, are required to sign the City's Non -Discrimination Policy Declaration, prior to commencing performance. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to coordinate with the City's Title VI coordinator, and perform the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines EEO COMPLIANCE DOCUMENTS - 5 of 5 Packet Pg. 231 EXHIBIT A - SCOPE OF SERVICES 8.O.a INVOICE ELJR[3 TA#2022-2620-28 =1 != MOBILE STAGES 11/17/22 - EuroStage Mobile Stages 1440 Campbell Ln #700 Bowling Green, KY 42104 CUSTOMER City of Kent, WA 615-541-9226 Mark Hendrickson sales@EuroStage.us MHendrickson@kentwa.Qov 253-856-5057 Description Qty Price Discount Cost ES-2620 Mobile Stage (Stage Trailer w/ Roof & Masts) 1 $104,990 ; ($5,000) ; $99,990.00 -----------------------------------------------------------------------------------------------------------------------------------------------�------------------- Hydraulic Mast Roof Lift FREE (limited time) 1 $2,000 ; ($2,000) ; $0.00 ------------------------------------------------------------------------------------------------------- EZ Guardrails FREE (limited time) 1 ------------------------------------ $1,200 ; ------------------- ($1,200) -I $0.00 --------------------------------------------------------------------------------------------------------------------------- Training & Delivery (Est. 4 hrs. at our shop on the day of pickup) 1 ------------------- $1,500 ; ------------------ $1,500.00 Shipping - Estimated Cost (EU to US by sea, rail, and truck) ---------------------------------------------------------------------------------------------------------------------------;-------------------r------------------ 1 $14,990 ($7,495) ; $7,495.00 Optional Add-Ons: ---------------------------------------------------------------------------------------------------------------------------;-------------------------------------- Tear-Away Fire Ret Blow Through 3pc Wall Kit w/ Doors 1 $1550 ; ($550) ; $1,000.00 --------------------------------------------------------------------------------------------------------------------------- Skirt 32' Front + Sides 1 -------------------------------------- $550 ; ($50) ; I $500.00 --------------------------------------------------------------------------------------------I-----------j------------------I----------------- Fly Bay Kit 5' w/Eng. ------------------------------------------------------------------------------------------------------- $2,000 ; ------------------------------------ ------------------ t------------------ $0.00 ST-Stairs + 2 Hand Rails w/Eng. 1 $1,750 $1,750.00 -------------------------------------------------------------------------------- Banner Kit 3 w/Eng. 1 -'------------------- $1,500 ------------------ $1,500.00 ---------------------------------------------------------------------------------------------------------------------------;------------------ LED Wall Kit w/Eng. -----------------------------------------------------------------------------------------------------------------------------;------------------- $1,500 ; ------------------ ------------------ $0.00 Fly Bay 10' LED Wall Extension w/Eng. $1,750 ; $0.00 Under Stage Storage 1 $1,250 ; $1,250.00 ------------------------------------------------------------------------------------------------------- Andersen Anti Sway Hitch System (installed) --------------------------------------------------------------------------------------------I------------I------------------- ------------------------------------- $600 ; ------------------- ------------------ ------------------ $0.00 ES Kit (wind meter, spare tire, tools, levels, straps, bungees, chocks, etc.) 1 $950 $950.00 ---------------------------------------------------------------------------------------------------------------------------;-------------------; Spare Tire (FREE) 1 $250 ; ------------------ ($250) ; $0.00 Subtotal $115,935.00 ............................................................................................:...........:..................:...................:--•-•-•-•-•-•-•--- TBD (Buyer responsible for all taxes. No sales tax if delivered out of state. Tax typically due in the state of registration) Tax 0.00% ; $0.00 Total $115,935.00 TOTAL PROMOTIONAL SAVINGS: $16,695. Due to rapidly changing materials and shipping cost, stage pricing is only locked in with a deposit. Shipping is an estimate. Payment 1 - Deposit Due At Order $11,593.50 Payment 2 - Due At Shipping $46,374.00 Payment 3 - Due Before Pick Up $57,967.50 TERMS: Payment: 3 payments paid as 10% deposit / 40% at shipping / 50% cleared before pickup Payment Form: Cleared Company Check or Bank Transfer Refund: 10% of invoice total is non-refundable. Deposit amount paid above 10% can be refunded. FOB: All stages are picked up at our office/shop north of Nashville, TN. ETA: Due to higher than expected demand, delivery time is estimated at 180 days from build start. SHIPPING: Shipping is an estimate and will be split 50/50 of the actual cost on the final payment. EuroStage is simply faster, easier, lighter, and more affordable. WWW.EUROSTAGE.US IPacket Pg. 232 8.O.a EXHIBIT B INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products -completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products -completed operations aggregate limit. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Commercial General Liability insurance: Packet Pg. 233 8.O.a EXHIBIT B (Continued) The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. Packet Pg. 234 8.O.b 40 OA 000 0 �60 • K E N T WASH I N G T O N TO: Dana Ralph, Mayor DATE: November 16, 2022 FROM: Julie Parascondola, Director, Parks, Recreation and Community Services SUBJECT: Request for Mayoral Waiver of KCC 3.70.110 competitive process Kent Parks, Recreation, and Community Services requests a Mayoral waiver of the advertised bid process otherwise required under KCC 3.70.080(D) for the purchase of a mobile stage. A new stage will replace the existing 16-year-old mobile stage that came to the end of its lifecycle in 2022. Through extensive research, Parks staff has identified a stage from Euro Stage Mobile Stages as the product that will best meet our needs in terms of size, flexibility, technical specifications, and branding opportunities. The Euro Stage 2620 will cost $126,135, including the cost of delivery. (Taxes are paid locally at the time of registration with Washington Department of Licensing.) KCC 3.70.110(A)(2) allows the Mayor to waive bidding requirements for the purchase of goods, materials, equipment, or services that are not part of a public work upon a finding that "the purchase is subject to special market conditions or involves special facilities or services," There are only a few domestic companies that make stages meeting Kent Parks' specific needs. Staff need a trailer -style stage that can be pulled into various outdoor locations and stored outside during non-use. Fully hydraulic set-up mechanisms are required, both for safety, and to minimize operations staff time for set-up and breakdown. (The Euro Stage 2620 stage can be set up by only two people in under one hour; a huge improvement over two hours for 4 people with our old stage.) The stage must also be one that allows it to be covered for inclement weather and sizeable enough to accommodate a variety of performance groups. Staff identified three stages that would meet our needs. One is made by a Canadian company, Stageline Mobile Stage, Inc., based out of Quebec, Canada. Another is made by Apex Stages, based in Pittsburg, Kansas. And finally, Euro Stage Mobile Packet Pg. 235 8.O.b Stages has their United States headquarters in Nashville, Tennessee. Our choice of the Euro Stage is based on several factors: -Euro Stage Mobile Stages has refined the typical build of a mobile stage to create a product that costs and weighs significantly less without compromising safety and performance. The Euro Stage 2620 is a perfect choice for our mid -sized staging needs. The lighter frame of the Euro Stage allows set up in.a variety of park locations. (The similarly sized Stageline Mobile Stage, Inc. and Apex Industries stages are much heavier and less versatile in terms of towing and set-up.) -In addition to being affordably priced and technically versatile, Euro Stage Mobile Stages has a close -relationship with Auburn -based AT Productions (AT). AT is the only organization on the West Coast licensed to train and certify staff on operating Euro Stage stages, as well as to do annual maintenance inspections and service the stages. Upon purchase of a Euro Stage, we will enter into a three-year service contract with AT Productions. They will provide annual training for our staff on stage safety, set-up, strike, and placement. AT will also conduct annual safety inspections of stage hydraulics, brake system, tires, stage decking, and frame. This includes a DOT -mandated inspection of the stage trailer. AT has this same relationship with Apex Industries but purchasing the Stageline product would require the City to fly its staff to Canada each year for training and certification. -Total purchase price for the Euro Stage 2620 is $126,135, while cost estimates for the Apex Industries and Stageline stages are comparable at approximately $170,000. Ownership costs of Euro Stage will also be significantly lower given access to local training, certification, and maintenance services, which will be contracted with AT Productions for approximately $3,300 annually. For all these reasons, the Parks, Recreation, and Community Services Department respectfully requests that you authorize a waiver of the advertised bid requirement under the exception provided for in KCC 3.70.110(A)(2), and allow the Department to engage in direct negotiations with Euro Stage Mobile Stages for the Euro Stage 2620 Mobile Hydraulic Stage. If you authorize this waiver, can you please indicate your authorization by signing below. Thank you. Waiver approved under KCC 3.70.110(A)(2): Yana Ralph, Mao Date Packet Pg. 236 8.P KENT WASH IN G T O N DATE: December 13, 2022 TO: Kent City Council SUBJECT: Agreement with West Coast Concrete Restoration, LLC - Authorize MOTION: I move to authorize the Mayor to sign a Public Works Agreement with West Coast Concrete Restoration, LLC for the pressure washing, tuckpointing, caulking, and clear sealing of the Centennial Center in an amount not to exceed $101,305.32, subject to final terms and conditions acceptable to the Parks Director and City Attorney. SUMMARY: The Centennial Center is a four-story, 71,600 square foot building comprised of an exterior brick paneling system. It was built in 1991 and is just over 30 years old. In its lifetime, only the south side of the building has ever been cleaned and sealed. It's necessary for the full building to be cleaned and resealed to protect the integrity and shell of the building. Due to the nature of brick -and -mortar joints, this is necessary maintenance to prevent deterioration of the building over time. The prior work on the south side of the building was due to leaks we've experienced, so there's a history we need to be proactive about. In addition, moss and other debris will be cleaned off, and window seals inspected and repaired as needed. This contract did not require a competitive bid process. Instead, we reached out to the vendors for pricing and chose the most qualified vendor. BUDGET IMPACT: Capital budget F20089 ($101,305.32) 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. West Coast Concrete Resotration, LLC Contract (PDF) Packet Pg. 237 8.P 12/01/22 Parks and Human Services Committee RECOMMENDED TO COUNCIL RESULT: RECOMMENDED TO COUNCIL [UNANIMOUS] Next: 12/13/2022 7:00 PM MOVER: Toni Troutner, Councilmember SECONDER: Satwinder Kaur, Councilmember AYES: Zandria Michaud, Satwinder Kaur, Toni Troutner Packet Pg. 238 8.P.a KENT 1-11 T.1 PUBLIC WORKS AGREEMENT between City of Kent and West Coast Concrete Restoration, LLC THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and West Coast Concrete Restoration, LLC, organized under the laws of the State of Washington, located and doing business at 22637 761h Ave. S, Kent, WA 98032, (hereinafter the "Contractor"). AGREEMENT The parties agree as follows: I. DESCRIPTION OF WORK. Contractor shall perform the following services for the City in accordance with the following described plans and/or specifications: To provide the following restoration services to the Centennial Center building: pressure wash the entire building, tuck point where needed, caulk where needed to repair existing sealant and apply a masonry sealer over full exterior of the building, as described in the Scope of Work, attached and incorporated as Exhibit A. The Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time such services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above within 10 working days after the City issues its Notice to Proceed. Upon the effective date of this Agreement, all physical work shall thereafter be completed by 12/31/2023. The term of this Agreement shall continue until all work has been completed, final acceptance has occurred, and all Contractor obligations have been fulfilled. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed $101,305.32, including any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The Contractor shall invoice the City monthly. The City will pay for the portion of the work described in the invoice that has been completed by the Contractor and approved by the City. The City's payment shall not constitute a waiver of the City's right to final inspection and acceptance of the project. Card Payment Program. The Contractor 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 Contractor. If the Contractor voluntarily participates in this Program, the Contractor will be solely responsible for any fees imposed by financial institutions or credit card companies. The Contractor shall not charge those fees back to the City. PUBLIC WORKS AGREEMENT - 1 (Over $20K with Performance Bond) Packet Pg. 239 8.P.a A. Payment and Performance Bond. Pursuant to Chapter 39.08 RCW, the Contractor, shall provide the City a payment and performance bond for the full contract amount. B. Retainaae. The City shall hold back a retainage in the amount of five percent (5%) of any and all payments made to the Contractor for a period of sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, and the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. The amount retained shall be placed in a fund by the City pursuant to RCW 60.28.011(4)(a), unless otherwise instructed by the Contractor within fourteen (14) calendar days of the Contractor's signature on the Agreement. C. Defective or Unauthorized Work. The City reserves its right to withhold payment from the Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If the Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and the Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. D. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor - Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Contractor maintains and pays for its own place of business from which the Contractor's services under this Agreement will be performed. C. The Contractor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained the Contractor's services and is a service other than that furnished by the City, or the Contractor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Contractor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Contractor has registered Department of Revenue and Contractor's business, and ha s PUBLIC WORKS AGREEMENT - 2 (Over $20K with Performance Bond) Packet Pg. 240 8.P.a F. The Contractor has a valid contractor registration pursuant to Ch. 18.27 RCW or an electrical contractor license pursuant to Ch. 19.28 RCW. G. The Contractor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. The City may terminate this Agreement for good cause. "Good cause" shall include, without limitation, any one or more of the following events: A. The Contractor's refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. B. The Contractor's failure to complete the work within the time specified in this Agreement. C. The Contractor's failure to make full and prompt payment to subcontractors or for material or labor. D. The Contractor's persistent disregard of federal, state or local laws, rules or regulations. E. The Contractor's filing for bankruptcy or becoming adjudged bankrupt. F. The Contractor's breach of any portion of this Agreement. If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed. After termination, the City may take possession of all records and data within the Contractor's possession pertaining to this project which may be used by the City without restriction. VI. PREVAILING WAGES. The Contractor shall file a "Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract work. The Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by the Contractor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached. VII. CHANGES. The City may issue a written change order for any change in the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, the Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, Section XVI(D), within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor fails to require a change order within the time specified in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Contractor disagrees with the equitable adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section IX, Claims, below. The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by the Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. PUBLIC WORKS AGREEMENT - 3 (Over $20K with Performance Bond) Packet Pg. 241 8.P.a VIII. 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, 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 protective equipment requirements that may be required under federal, state, or local law in response to the current pandemic. 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 performance and, provided, that the party prevented or delayed has not caused such event to occur and 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 Contractor 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 costs, losses, expenses, damages, or delay costs incurred by the Contractor 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 Contractor 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 arising from a direction by the City under this clause will be dealt with as a change order, except to the extent that the loss or damage has been caused or exacerbated by the failure of the Contractor to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Contractor, IX. CLAIMS. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and PUBLIC WORKS AGREEMENT - 4 (Over $20K with Performance Bond) Packet Pg. 242 8.P.a 5. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. B. Records. The Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Contractor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). X. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. XI. WARRANTY. The Contractor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. The Contractor shall promptly correct all defects in workmanship and materials: (1) when the Contractor knows or should have known of the defect, or (2) upon the Contractor's receipt of notification from the City of the existence or discovery of the defect. In the event any parts are repaired or replaced, only original replacement parts shall be used —rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. XII. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub -contract, the Contractor, its sub -contractors, or any person acting on behalf of the Contractor or sub -contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. The Contractor shall execute the attached City of Kent Non -Discrimination Policy Declaration and comply with City Administrative Policy 1.2. XIII. INDEMNIFICATION. The Contractor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Contractor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of the Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. PUBLIC WORKS AGREEMENT - 5 (Over $20K with Performance Bond) Packet Pg. 243 8.P.a Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, N employees, agents and volunteers, the Contractor's duty to defend, indemnify, and hold the City harmless, 'o and the Contractor's liability accruing from that obligation shall be only to the extent of the Contractor's r negligence. Q IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event the Contractor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Contractor's part, then the Contractor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Contractor's part. The provisions of this section shall survive the expiration or termination of this Agreement XIV. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XV. WORK PERFORMED AT CONTRACTOR'S RISK. The Contractor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at the Contractor's own risk, and the Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XVI. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non -Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XIII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. PUBLIC WORKS AGREEMENT - 6 (Over $20K with Performance Bond) Packet Pg. 244 8.P.a E. Assignment. Any assignment of this Agreement by either party without the written consent of the non -assigning party shall be void. If the non -assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and the Contractor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to the Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Contractor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Contractor in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Contractor agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section I, the Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior PUBLIC WORKS AGREEMENT - 7 (Over $20K with Performance Bond) Packet Pg. 245 8.P.a to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. m N CONTRACTOR: CITY OF KENT: By: Print Name: Its (title) DATE: NOTICES TO BE SENT TO: CONTRACTOR: Joe Hoffman West Coast Concrete Restoration, LLC 22637 76th Ave S Kent, WA 98032-1922 (253) 820-8476(telephone) NA(facsimile) By: Print Name: Dana Ralph Its DATE: NOTICES TO BE SENT TO: CITY OF KENT: Will Moore City of Kent 220 Fourth Avenue South Kent, WA 98032 (253) 856-5081(telephone) (253) 856-6080(facsimile) APPROVED AS TO FORM: Kent Law Department ATTEST: Kent City Clerk PUBLIC WORKS AGREEMENT - 8 (Over $20K with Performance Bond) Packet Pg. 246 8.P.a DECLARATION CITY OF KENT NON-DISCRIMINATION POLICY The City of Kent (City) is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors, consultants, vendors, and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The City of Kent and its contractors are subject to and will comply with the following: Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); 49 C.F.R. Part 21 (entitled Non-discrimination In Federally -Assisted Programs Of The Department Of Transportation -Effectuation Of Title VI Of The Civil Rights Act Of 1964); 28 C.F.R. section 50.3 (U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil Rights Act of 1964). • Ch. 49.60 RCW (Washington Law Against Discrimination) The preceding statutory and regulatory cites hereinafter are referred to as "the Acts and Regulations". The following statements specifically identify the requirements the City deems necessary for any contractor, subcontractor, or supplier on this specific Agreement to adhere to. An affirmation of all of the following is required for this Agreement to be valid and binding. If any contractor, subcontractor, or supplier willfully misrepresents themselves with regard to the directives outlined below, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement. The statements are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement I, the prime contractor, will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. 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: a EEO COMPLIANCE DOCUMENTS - 1 Packet Pg. 247 8.P.a A. Compliance with Regulations: The contractor, subcontractor, consultant, vendor, and supplier (hereinafter "Contractor") will comply with all Acts and the Regulations relative to non-discrimination, including those applicable to Federally - assisted programs of the U.S. Department of Transportation, State -assisted programs through the Washington State Department of Transportation, and generally under Washington's Law Against Discrimination, Ch. 49.60 RCW, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. B. 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 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. C. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, 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 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. D. Information and Reports: The contractor will provide all information and reports required by the Acts and Regulations and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined applicable to contractor's contract by the City or the Washington State Department of Transportation to be pertinent to ascertain compliance with such Acts and Regulations and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the City or the Washington State Department of Transportation, as appropriate, and will set forth what efforts it has made to obtain the information. E. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the non-discrimination provisions of this contract, the City will impose such contract sanctions as it or the Washington State Department of Transportation may determine to be appropriate, including, but not limited to: 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. F. Incorporation of Provisions: The contractor will include the provisions of paragraphs (A) through (F) above in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts and Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the City or the Washington State Department of Transportation may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, EEO COMPLIANCE DOCUMENTS - 2 Packet Pg. 248 8.P.a or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the City to enter into any litigation to protect the interests of the City. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. 6. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: Pertinent Non -Discrimination Authorities: i. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. ii. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects); iii. Federal -Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); iv. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; V. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); vi. Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); vii. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or 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); viii. 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 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; ix. The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); X. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low -Income Populations, which ensures Non-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; EEO COMPLIANCE DOCUMENTS - 3 Packet Pg. 249 8.P.a xi. 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 English proficiency (LEP). To ensure N 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); a xii. 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). xiii. Washington Law Against Discrimination (Ch. 49.60 RCW) 7. The submission of the final invoice for this contract will constitute a reaffirmation that the preceding statements were complied with during the course of the contract's performance. By signing below, I agree to fulfill the five requirements referenced above. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 4 Packet Pg. 250 8.P.a CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE SUBJECT: INCLUSIVE CONTRACTING POLICY: October 20, 2022 SUPERSEDES: January 1, 1998 APPROVED BY Dana Ralph, Mayor Equal employment opportunity and non-discrimination in contracting requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants, and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Further, all contractors, subcontractors, consultants, suppliers, grantees, or subgrantees of the City, regardless of the value of the Agreement, are required to sign the City's Non -Discrimination Policy Declaration, prior to commencing performance. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to coordinate with the City's Title VI coordinator, and perform the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines EEO COMPLIANCE DOCUMENTS - 5 Packet Pg. 251 8.P.a BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes This certification is required by state law (RCW 39.04.350(2)) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (3/28/2022), the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. West Coast Concrete Restoration, LLC M Signature of Authorized Official* Printed Name: Title: Date: City and State: *If a corporation, proposal must be executed in the corporate name by the president or vice- president (or any other corporate officer accompanied by evidence of authority to sign). If a co- partnership, proposal must be executed by a partner. BIDDER RESPONSIBILITY CRITERIA - 1 Packet Pg. 252 EXHIBIT A West Coast 966 CONCRETE RESTORATION, LLC i O March 28, 2022 Q City of Kent Facilities I Parks, Recreation & Community Services Attention: Will Moore, Facilities Superintendent wmoore(dKentwA.gov Subject: City of Kent Centennial Center Exterior Pressure Washing, Tuck pointing, Caulking, Clear Sealer application Attention Will - Please accept WCCR's proposal to pressure wash, tuck point, clean and clear seal the exterior of the Centennial Center building for the City of Kent. I. Scope of Work To pressure wash, tuck point where needed, caulk where needed to repair existing sealants & apply a masonry sealer over the veneer once clean & dried. II. Procedures 1. WCCR will protect existing shrubs, landscaping and the surrounding areas, utilizing drop cloths and tarps. 2. WCCR will prepare the buildings for tuck pointing, caulking and sealing by pressure washing, then masking windows. 3. WCCR will then tuck point masonry joints and replace caulking where needed. 4. WCCR will then spray a clear WB Siloxane sealer over the veneer in two applications to prevent moisture intrusion. 5. All work will be completed per the manufacturer's recommendations. 6. A sidewalk closure will be needed on the W Gowe ST. side of the building, the East and West parking lots will be affected as well for boom lift access, the South sidewalk will also need to be closed at different intervals of the project. III. Costs The lump sum cost for the proposal to pressure wash, tuck point, caulk, and apply a clear sealer the exterior of the Centennial Center building for the City of Kent is $90,207.94 Bond: $1,804.16 Total: $92,012.10 22637 76th Ave S Page 1 700 W 59th Ave Unit F Kent, WA 98032 www.wc-cr.com Anchorage, AK 99518 Packet Pg. 253 /1 West Co CONCRETE RESTORATION, LLC 8.P.a IV. Clarifications & Exclusions 1. Pricing does not include state or local sales taxes. 2. Customer to provide suitable 10'x10' lay -down area for our equipment & material. 3. Parking locations for reach lift equipment provided during off shift hours. 4. All work performed will be conducted during normal weekday business hours. 5. 2 -110-volt 20-amp power sources will be provided within the work areas by the Owner. 6. Water source provided by owner. 7. Sealants and masonry tuck pointing to be replaced only where found defective. 8. West Coast Concrete Restoration is a Union Contractor. 9. Sidewalk closure permit provided by City of Kent. 10. The cost of any required performance bonds has been added in the price of the proposal. Please do not hesitate to contact me should you have questions or would like to discuss in further detail Sincerely, Joe Hoffman West Coast Concrete Restoration, LLC E Joe@wc-cr.com C (253) 820-8476 22637 76th Ave S Kent, WA 98032 Page 2 www.wc-cr.com 700 W 59th Ave Unit F Anchorage, AK 99518 Packet Pg. 254 8.Q KENT WASH IN G T O N DATE: December 13, 2022 TO: Kent City Council SUBJECT: Department of Commerce Grant Agreement for Quiet Zone Improvements - Authorize MOTION: I move to authorize the Mayor to accept grant funds from the state Department of Commerce in the amount of $2,950,000 for railroad quiet zone improvements, sign the grant agreement, amend the budget, and authorize expenditure of the funds, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: This project includes work related to railway -highway grade crossing improvements to support future railroad Quiet Zones and grade crossing safety improvements at up to thirteen railroad crossings in Kent, WA in addition to filling in security fencing gaps at select locations along the BNSF alignment between South 212' Street and South 259th Street. State appropriation for $2,950,000 for fiscal year 2023 is provided solely for a grant to the City of Kent for operational improvements and other actions to improve safety and reduce train noise, with the goal of increasing quality of life and facilitating transit -oriented living in downtown Kent. All expenditures must be incurred prior to June 30, 2023 to be eligible for this funding. BUDGET IMPACT: This project will utilize the $2.95M appropriation by Washington Department of Commerce, with any additional project expenditures after June 30, 2023 paid for out of the City's Quiet Zone project budget. No additional budget impacts are expected. 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. Sustainable Services - Providing quality services through responsible financial management, economic growth, and partnerships. Packet Pg. 255 8.Q Inclusive Community - Embracing our diversity and advancing equity through genuine community engagement. ATTACHMENTS: 1. Draft Agreement (PDF) 12/05/22 Public Works Committee MOTION PASSES RESULT: MOTION PASSES [UNANIMOUS] Next: 12/13/2022 7:00 PM MOVER: Satwinder Kaur, Councilmember SECONDER: Marli Larimer, Councilmember AYES: Brenda Fincher, Satwinder Kaur, Marli Larimer Packet Pg. 256 8.Q.a . ►. Washington State Department of wwiv commerce Grant to [[COMVendorName]] through [[The <INSERT PROGRAM_NAME> Program]] For [[ProjectName]] Start date: [[StartDate]] Packet Pg. 257 8.Q.a A 0 Cn M M C N E d d L tm a L E u 2 r Y Q Packet Pg. 258 8.Q.a TABLE OF CONTENTS FACESHEET................................................................................................................................................ 1 DECLARATIONS.......................................................................................................................................... 2 N ADDITIONAL RECITALS..............................................................................................................................2 0 SPECIAL TERMS AND CONDITIONS.........................................................................................................4 1. GRANT MANAGEMENT...................................................................................................................4 Q 2. COMPENSATION.............................................................................................................................4 c m 3. CERTIFICATION OF FUNDS PERFORMANCE MEASURES.........................................................4 aEi 4. PREVAILING WAGE LAW................................................................................................................5 0 L 5. DOCUMENTATION AND SECURITY..............................................................................................5 Q E 6. BASIS FOR ESTABLISHING REAL PROPERTY VALUES FOR ACQUISITIONS OF REAL PROPERTY PERFORMANCE MEASURES............................................................................................5 0 N 7. EXPENDITURES ELIGIBLE FOR REIMBURSEMENT....................................................................6 8. BILLING PROCEDURES AND PAYMENT.......................................................................................6 ar 9. SUBCONTRACTOR DATA COLLECTION.......................................................................................7 L 10. CERTIFIED PROJECT COMPLETION REPORT AND FINAL PAYMENT......................................7 (D E 11. INSURANCE.....................................................................................................................................7 L 12. ORDER OF PRECEDENCE.............................................................................................................9 Q 13. REDUCTION IN FUNDS...................................................................................................................9 c �a 14. OWNERSHIP OF PROJECT/CAPITAL FACILITIES......................................................................10 L C9 15. CHANGE OF OWNERSHIP OR USE FOR GRANTEE -OWNED PROPERTY ............................. 10 a� L 16. CHANGE OF USE FOR LEASED PROPERTY PERFORMANCE MEASURE ............................. 10 m E 17. SIGNAGE, MARKERS AND PUBLICATIONS................................................................................10 0 U 18. HISTORICAL AND CULTURAL ARTIFACTS................................................................................. 10 0 19. REAPPROPRIATION......................................................................................................................11 r 20. TERMINATION FOR FRAUD OR MISREPRESENTATION.......................................................... 11 E 21. APPLICABILITY OF COPYRIGHT PROVISIONS TO ARCHITECTURAL/ENGINEERING DESIGN Q- a� WORK.....................................................................................................................................................12 22. FRAUD AND OTHER LOSS REPORTING.................................................................................... 12 23. PUBLIC RECORDS ACT................................................................................................................12 C) GENERAL TERMS AND CONDITIONS.....................................................................................................13 E 24. DEFINITIONS..................................................................................................................................13 m m 25. ACCESS TO DATA.........................................................................................................................13 a� Q 26. ADVANCE PAYMENTS PROHIBITED...........................................................................................13 27. ALL WRITINGS CONTAINED HEREIN..........................................................................................13 28. AMENDMENTS...............................................................................................................................13 c 29. AMERICANS WITH DISABILITIES ACT (ADA) OF 1990, PUBLIC LAW 101-336, ALSO a� REFERRED TO AS THE "ADA" 28 CFR PART 35................................................................................14 r 30. ASSIGNMENT.................................................................................................................................14 Q 31. ATTORNEYS' FEES.......................................................................................................................14 32. AUDIT..............................................................................................................................................14 1 Packet Pg. 259 8.Q.a 33. BREACHES OF OTHER STATE CONTRACTS.............................................................................15 34. CONFIDENTIALITY/SAFEGUARDING OF INFORMATION..........................................................15 35. CONFLICT OF INTEREST.............................................................................................................15 36. COPYRIGHT PROVISIONS...........................................................................................................16 a� N 37. DISPUTES......................................................................................................................................16 L t 38. DUPLICATE PAYMENT..................................................................................................................17 Q 39. GOVERNING LAW AND VENUE...................................................................................................17 r c 40. INDEMNIFICATION........................................................................................................................17 41. INDEPENDENT CAPACITY OF THE GRANTEE...........................................................................17 > 0 42. INDUSTRIAL INSURANCE COVERAGE.......................................................................................18 a E 43. LAWS..............................................................................................................................................18 44. LICENSING, ACCREDITATION AND REGISTRATION................................................................. 18 c N° 45. LIMITATION OF AUTHORITY........................................................................................................18 m .3 46. NONCOMPLIANCE WITH NONDISCRIMINATION LAWS............................................................18 C'J 47. PAY EQUITY...................................................................................................................................18 L 48. POLITICAL ACTIVITIES.................................................................................................................19 (D E 49. PUBLICITY......................................................................................................................................19 L 50. RECAPTURE ..................................................................................................................................19 Q 51. RECORDS MAINTENANCE...........................................................................................................19 c �a 52. REGISTRATION WITH DEPARTMENT OF REVENUE................................................................. 19 53. RIGHT OF INSPECTION................................................................................................................19 54. SAVINGS........................................................................................................................................19 m E 0 55. SEVERABILITY...............................................................................................................................20 U 56. SITE SECURITY.............................................................................................................................20 0 57. SUBGRANTING/SUBCONTRACTING...........................................................................................20 r 58. SURVIVAL.......................................................................................................................................20 E 59. TAXES.............................................................................................................................................20 60. TERMINATION FOR CAUSE.........................................................................................................20 61. TERMINATION FOR CONVENIENCE...........................................................................................21 0 M v 62. TERMINATION PROCEDURES.....................................................................................................21 63. TREATMENT OF ASSETS.............................................................................................................22 (D E 64. WAIVER..........................................................................................................................................22 L ATTACHMENT A - SCOPE OF WORK......................................................................................................23 Q ATTACHMENT B - CERTIFICATION OF THE AVAILABILITY OF FUNDS TO COMPLETE THE PROJECT....................................................................................................................................................25 p ATTACHMENT C- CERTIFICATION OF THE PAYMENT AND REPORTING OF PREVAILING WAGES .................................................................................................................................................................... 27 E ATTACHMENT D - CERTIFICATION OF INTENT TO ENTER THE LEADERSHIP IN ENERGY AND ENVIRONMENTAL DESIGN (LEED) CERTIFICATION PROCESS..........................................................29 Q Packet Pg. 260 8.Q.a FACE SHEET Grant Number: [[ContractNumbi Project Name: [[ProjectNarr Washington State Department of Commerce Local Government Division Community Assistance and Research Unit 1. GRANTEE 2. GRANTEE Doing Business As (optional) [[COMVendorName]] [[DBAName]] or [[VendorDBAName]] [[MailingAddressLine1]] <Insert DBA mailing address> [[MailingAddressLine2]] <Insert DBA physical address> [[MaiIingAddressCity]], [[MaiIingAddressState]] <Insert DBA location> [[MaiIingAddressZip]] 3. GRANTEE Representative 4. COMMERCE Representative [[VendorContact]], [[VendorContactTitle]] [[CommerceManagerName]], Grant Manager [[VendorContactPhoneNumber]] PO Box 42525, Olympia, WA 98504 [[VendorContactEmail]] [[CommerceManagerPhone]] CommerceMana erEmail 5. Grant Amount 6. Funding Source 7. Start Date 8. End Date [[OriginalContractA Federal: State:X Other: N/A: [[StartDate]] June 30, 2025, mount]] contingent on reappropriation; June 30, 2023 if funds are not reap ro riated. 9. Federal Funds (as applicable) Federal Agency CFDA Number N/A N/A N/A 10. Tax ID # 11. SWV # 12. UBI # 13. DUNS # [[ContractorTaxlD]] [[ContractorNumber]] [[ContractorUBINum]] [[ContractorDUNSNum]] 14. Grant Purpose The purpose of this performance -based Grant Agreement is to provide funding for a legislatively approved project that furthers the goals and objectives of <INSERT PROGRAM —NAME> Program as described in Attachment A — Scope of Work (the "Project'). COMMERCE, defined as the Washington State Department of Commerce, and the GRANTEE, as defined above, acknowledge and accept the terms of this Grant and attachments and have executed this Grant on the date below to start as of the date and year referenced above. The rights and obligations of both parties to this Grant are governed by this Grant and the following other documents incorporated by reference: Grant Terms and Conditions including Attachment "A" — Scope of Work, Attachment "B" — Certification of Availability of Funds to Complete the Project, Attachment "C" — Certification of the Payment and Reporting of Prevailing Wages, Attachment "D" — Certification of Intent to Enter LEED Process. FOR GRANTEE FOR COMMERCE Mark K. Barkley, Assistant Director Signature Local Government Division Print Name Date APPROVED AS TO FORM Steve Scheele, Assistant Attorney General Title Date 6/15/2022 Date Packet Pg. 261 8.Q.a GRANTEE INFORMATION GRANTEE Name: Grant Number: State Wide Vendor Number: PROJECT INFORMATION Project Name: Project City: Project State: Project Zip Code: GRANT AGREEMENT INFORMATION Grant Amount: Appropriation Number: Re -appropriation Number (if applicable): Grant End Date: Biennium: Biennium Close Date: PROJECT PURPOSE [[INSERT project purpose (brief summary]] DECLARATIONS [[COMVendorName]] [[ContractNumber]] [[ContractorNumber]] [[ProjectName]] [[MailingAddressCity]] Washington [[MailingAddressZip]] [[OriginalContractAmount]] <Insert Appr. #> i.e SSB 5651 SL Section 1026 (2022 Regular Session) SHB 1080 SL Section 1075 (2021 Regular Session) ESSB 6248 SL Section 1013 (2020 Regular Session) <Insert Appr. #> (i.e SHB 1080 SL Section 1076 (2021 Regular Session) or N/A June 30, 2025, contingent on reappropriation; June 30, 2023, if funds are not reappropriated. 2021-2023 June 30, 2023 ADDITIONAL SPECIAL TERMS AND CONDITIONS GOVERNING THIS AGREEMENT Grant End Date: In the event funds for the project are reappropriated, the contract end date will be extended pursuant to the reappropriation and consistent with Special Term and Condition 19. Depending on the reappropriation, a contract amendment may be required. <Insert additional special terms and conditions> ADDITIONAL RECITALS <Insert additional recitals providing context for the project as applicable> (USE IF APPLICABLE) WHEREAS, the GRANTEE previously received funding for <<previous grant activities relating to current project>> and COMMERCE administered the funding through Commerce Grant Number(s) <<insert grant number(s)>>. (USE IF APPLICABLE) Additionally, the GRANTEE has received an appropriation for <<grant activities relating to current project>> in <<Laws_of>>, <<Section_Number>>, which has not yet been administered. 2 Packet Pg. 262 8.Q.a (USE OF APPLICABLE) Whereas, the Project is one component of a larger multiphase project, which will result in <<insert larger project outcome>>. AAG Approved - CAR DA GRANT AGREEMENT — VER 3 Packet Pg. 263 8.Q.a SPECIAL TERMS AND CONDITIONS GENERAL GRANT STATE FUNDS THIS GRANT AGREEMENT, entered into by and between the GRANTEE and COMMERCE, as defined on the Face Sheet of this Grant Agreement, WITNESSES THAT: WHEREAS, COMMERCE has the statutory authority under RCW 43.330.050 (5) to cooperate with and provide assistance to local governments, businesses, and community -based organizations; and WHEREAS, COMMERCE is also given the responsibility to administer state funds and programs which are assigned to COMMERCE by the Governor or the Washington State Legislature; and WHEREAS, the Washington State Legislature has made an appropriation to support the <INSERT PROGRAM_NAME> Program, and directed COMMERCE to administer those funds; and WHEREAS, the enabling legislation also stipulates that the GRANTEE is eligible to receive funding for design, acquisition, construction, or rehabilitation. NOW, THEREFORE, in consideration of covenants, conditions, performances, and promises hereinafter contained, the parties hereto agree as follows: GRANT MANAGEMENT The Representative for each of the parties shall be responsible for and shall be the contact person for all communications and billings regarding the performance of this Grant. The Representative for COMMERCE and their contact information are identified on the Face Sheet of this Grant. The Representative for the GRANTEE and their contact information are identified on the Face Sheet of this Grant. 2. COMPENSATION COMMERCE shall pay an amount not to exceed the awarded Grant Amount as shown on the Face Sheet of this Grant Agreement, for the capital costs necessary for or incidental to the performance of work as set forth in the Scope of Work. 3. CERTIFICATION OF FUNDS PERFORMANCE MEASURES A. The release of state funds under this Grant Agreement is contingent upon the GRANTEE certifying that it has expended or has access to funds from non -state sources as set forth in ATTACHMENT B (CERTIFICATION OF THE AVAILABILITY OF FUNDS TO COMPLETE THE PROJECT), hereof. Such non -state sources may consist of a combination of any of the following i) Eligible Project expenditures prior to the execution of this Grant Agreement. ii) Cash dedicated to the Project. iii) Funds available through a letter of credit or other binding loan commitment(s). iv) Pledges from foundations or corporations. v) Pledges from individual donors. vi) The value of real property when acquired solely for the purposes of this Project, as established and evidenced by a current market value appraisal performed by a licensed, professional real estate appraiser, or a current property tax statement. COMMERCE will not consider appraisals for prospective values of such property for the purposes of calculating the amount of non -state matching fund credit. vii) In -kind contributions, subject to COMMERCE'S approval. AAG Approved - CAR DA GRANT AGREEMENT — VER 3 Packet Pg. 264 8.Q.a B. The GRANTEE shall maintain records sufficient to evidence that it has access to or has expended funds from such non -state sources, and shall make such records available for COMMERCE's review upon reasonable request. 4. PREVAILING WAGE LAW The Project funded under this Grant may be subject to state prevailing wage law (Chapter 39.12 RCW). The GRANTEE is advised to consult the Industrial Statistician at the Washington Department of Labor and Industries to determine whether prevailing wages must be paid. COMMERCE is not responsible for determining whether prevailing wage applies to this Project or for any prevailing wage payments that may be required by law. 5. DOCUMENTATION AND SECURITY The provisions of this section shall apply to capital projects performed by nonprofit organizations and public benefit corporations that involve the expenditure of over [[ (SELECT AMOUNT) $250,000 or $500,000]] in state funds. Additionally, Commerce reserves the right to review all state -funded projects and to require that projects performed by other entity types comply with this section. Projects for which the grant award or legislative intent documents specify that the state funding is to be used for design only are exempt from this section. A. Deed of Trust. This Grant shall be evidenced by a promissory note and secured by a deed of trust or other appropriate security instrument in favor of COMMERCE (the "Deed of Trust"). The Deed of Trust shall be recorded in the County where the Project is located, and the original returned to COMMERCE after recordation within ninety (90) days of Grant Agreement execution. The Deed of Trust must be recorded before COMMERCE will reimburse the GRANTEE for any Project costs. The amount secured by the Deed of Trust shall be the amount of the Grant as set forth on the Face Sheet, hereof. B. Term of Deed of Trust. The Deed of Trust shall remain in full force and effect for a minimum period of ten (10) years following the later of: (1) final payment of state funds to the GRANTEE under this grant; or (2) the date when the facility improved or acquired with grant funds, or a distinct phase of the project, is made useable to the public for the purpose intended by the Legislature. Upon satisfaction of the ten-year term requirement and all other grant terms and conditions, COMMERCE shall, upon written request of the GRANTEE, take appropriate action to reconvey the Deed of Trust. C. Title Insurance. The GRANTEE shall purchase an extended coverage lender's policy of title insurance insuring the lien position of the Deed of Trust in an amount not less than the amount of the grant. D. Covenant. If the project will be partially funded by a loan and the term of said loan is less than the commitment period under this grant contract, COMMERCE may require that GRANTEE record or cause to be recorded a covenant in a superior lien position ahead of the lender's security instrument that restricts use of the facility or property for the purpose(s) stated elsewhere in this contract for at least the term of the commitment period E. Subordination. COMMERCE may agree to subordinate its deed of trust upon request from a private or public lender. Any such request shall be submitted to COMMERCE in writing, and COMMERCE shall respond to the request in writing within thirty (30) days of receiving the request. 6. BASIS FOR ESTABLISHING REAL PROPERTY VALUES FOR ACQUISITIONS OF REAL PROPERTY PERFORMANCE MEASURES When all or part of the grant is used to fund the acquisition of real property, before funds are disbursed, the GRANTEE shall procure and provide to COMMERCE evidence establishing the value of the real property eligible for reimbursement: A. GRANTEE purchases of real property from an independent third -party seller shall be evidenced by a current appraisal prepared by a licensed Washington State commercial real estate appraiser, or a current property tax statement. B. GRANTEE purchases of real property from a subsidiary organization, such as an affiliated LLC, shall be evidenced by a current appraisal prepared by a licensed Washington State AAG Approved - CAR DA GRANT AGREEMENT — VER 3 Packet Pg. 265 8.Q.a commercial real estate appraiser or the prior purchase price of the property plus holding costs, whichever is less. 7. EXPENDITURES ELIGIBLE FOR REIMBURSEMENT Payments to the Grantee shall be made on a reimbursement basis only. The GRANTEE may be reimbursed for the following eligible costs related to the activities identified in the SCOPE OF WORK shown on Attachment A. A. Real property, and costs directly associated with such purchase, when purchased or acquired solely for the purposes of the Project; B. Design, engineering, architectural, and planning; C. Construction management and observation (from external sources only); D. Construction costs including, but not limited to, the following: Site preparation and improvements; Permits and fees; Labor and materials; Taxes on Project goods and services; Capitalized equipment; Information technology infrastructure; and Landscaping. F. Other costs authorized through the legislation. 8. BILLING PROCEDURES AND PAYMENT COMMERCE shall reimburse the GRANTEE for eligible Project expenditures, up to the maximum payable under this Grant Agreement. When requesting reimbursement for expenditures made, the GRANTEE shall submit to COMMERCE a signed and completed Invoice Voucher (Form A-19), that documents capitalized Project activity performed for the billing period. The GRANTEE can submit all Invoice Vouchers and any required documentation electronically through COMMERCE's Contracts Management System (CMS), which is available through the Secure Access Washington (SAW) portal. The GRANTEE shall evidence the costs claimed on each voucher by including copies of each invoice received from vendors providing Project goods or services covered by the Grant Agreement. The GRANTEE shall also provide COMMERCE with a copy of the cancelled check or electronic funds transfer, as applicable, that confirms that they have paid each expenditure being claimed. The cancelled checks or electronic funds transfers may be submitted to COMMERCE at the time the voucher is initially submitted, or within thirty (30) days thereafter. The voucher must be certified (signed) by an official of the GRANTEE with authority to bind the GRANTEE. The final voucher shall be submitted to COMMERCE within sixty (60) days following the completion of work or other termination of this Grant Agreement, or within fifteen (15) days following the end of the state biennium unless Grant Agreement funds are reappropriated by the Legislature in accordance with Section 19, hereof. If GRANTEE has or will be submitting any of the invoices attached to a request for payment for partial reimbursement under another grant contract, GRANTEE must clearly identify such grant contracts in the transmittal letter and request for payment. Each request for payment must be accompanied by a Project Status Report, which describes, in narrative form, the progress made on the Project since the last invoice was submitted, as well as a report of Project status to date. COMMERCE will not release payment for any reimbursement request received unless and until the Project Status Report is received. After approving the Invoice Voucher and Project Status Report, COMMERCE shall promptly remit a warrant to the GRANTEE. AAG Approved - CAR DA GRANT AGREEMENT — VER 3 Packet Pg. 266 8.Q.a COMMERCE will pay GRANTEE upon acceptance of services provided and receipt of properly completed invoices, which shall be submitted to the Representative for COMMERCE not more often than monthly. Payment shall be considered timely if made by COMMERCE within thirty (30) calendar days after receipt of properly completed invoices. Payment shall be sent to the address designated by the GRANTEE. COMMERCE may, in its sole discretion, terminate the Grant or withhold payments claimed by the GRANTEE for services rendered if the GRANTEE fails to satisfactorily comply with any term or condition of this Grant. No payments in advance or in anticipation of services or supplies to be provided under this Agreement shall be made by COMMERCE. Duplication of Billed Costs The GRANTEE shall not bill COMMERCE for services performed under this Grant Agreement, and COMMERCE shall not pay the GRANTEE, if the GRANTEE is entitled to payment or has been or will be paid by any other source, including grants, for that service. Disallowed Costs The GRANTEE is responsible for any audit exceptions or disallowed costs incurred by its own organization or that of its subgrantees. 9. SUBCONTRACTOR DATA COLLECTION GRANTEE will submit reports, in a form and format to be provided by COMMERCE and at intervals as agreed by the parties, regarding work under this Grant performed by subcontractors and the portion of Grant funds expended for work performed by subcontractors, including but not necessarily limited to minority -owned, woman -owned, and veteran -owned business subcontractors. "Subcontractors" shall mean subcontractors of any tier. 10. CERTIFIED PROJECT COMPLETION REPORT AND FINAL PAYMENT The GRANTEE shall complete a Certified Project Completion Report when activities identified in the SCOPE OF WORK shown on Attachment A are complete. The GRANTEE shall provide the following information to COMMERCE: A. A certified statement that the Project, as described in the SCOPE OF WORK shown on Attachment A, is complete and, if applicable, meets required standards. B. A certified statement of the actual dollar amounts spent, from all funding sources, in completing the project as described in the SCOPE OF WORK shown on Attachment A. C. Certification that all costs associated with the Project have been incurred and accounted for. Costs are incurred when goods and services are received and/or Grant work is performed. D. A final voucher for the remaining eligible funds, including any required documentation. The GRANTEE will submit the Certified Project Completion Report together with the last Invoice Voucher for a sum not to exceed the balance of the Grant Amount. 11. INSURANCE A. Insurance Reauirements for Reimbursable Activities The GRANTEE will maintain appropriate insurance coverage throughout any period in which reimbursable activities are conducted. The intent of the required insurance is to protect the state of Washington should there be any claims, suits, actions, costs, damages or expenses arising from any loss, or negligent or intentional act or omission of the GRANTEE, or Subgrantee, or agents of either, while performing under the terms of this Grant. AAG Approved - CAR DA GRANT AGREEMENT — VER 3 Packet Pg. 267 8.Q.a B. Additional Insurance Reauirements Durina the Term of the Grant The GRANTEE shall provide proof to COMMERCE of the following insurance coverage as applicable: Commercial General Liability Insurance Policy. Provide a Commercial General Liability Insurance Policy, including contractual liability, written on an occurrence basis, in adequate quantity to protect against legal liability related to this Grant but no less than $1,000,000 per occurrence. Additionally, the GRANTEE is responsible for ensuring that any Subgrantee/subcontractor provide adequate insurance coverage for the activities arising out of subgrants/subcontracts. Commercial General Liability Insurance coverage shall be maintained in full force and effect during the term of this Grant and throughout the commitment period described in Special Terms and Conditions Section 5, 15, and 16. Property Insurance. The GRANTEE shall keep the property insured in an amount sufficient to permit such insurance to be written at all times on a replacement cost basis. Such insurance shall cover the following hazards, as applicable: • Loss or damage by fire and such other risks; • Loss or damage from leakage or sprinkler systems now or hereafter installed in any building on the premises; • Loss or damage by explosion of steam boilers, pressure vessels, oil or gasoline storage tanks or similar apparatus now or hereafter installed in a building or building on the premises. Property Insurance coverage shall be maintained in full force and effect during the term of this Grant and throughout the commitment period described in Special Terms and Conditions Section 5, 15, and 16. Professional Liability, Errors and Omissions Insurance. If GRANTEE will be providing any professional services to be reimbursed under this Grant, the GRANTEE shall maintain Professional Liability or Errors and Omissions Insurance with minimum limits of no less than $1,000,000 per occurrence to cover all activities by the GRANTEE and licensed staff employed or under contract to the GRANTEE. The state of Washington, its agents, officers, and employees need not be named as additional insureds under this policy. Fidelity Insurance. Every officer, director, employee, or agent who is authorized to act on behalf of the GRANTEE for the purpose of receiving or depositing funds into program accounts or issuing financial documents, checks, or other instruments of payment for program costs shall be insured to provide protection against loss: A. The amount of fidelity coverage secured pursuant to this Grant shall be $2,000,000 or the highest of planned reimbursement for the Grant period, whichever is lowest. Fidelity insurance secured pursuant to this paragraph shall name COMMERCE as beneficiary. B. Subgrantees/subcontractors that receive $10,000 or more per year in funding through this Grant shall secure fidelity insurance as noted above. Fidelity insurance secured by Subgrantees/subcontractors pursuant to this paragraph shall name the GRANTEE and the GRANTEE's fiscal agent as beneficiary. C. Fidelity Insurance coverage shall be maintained in full force and effect during the term of this Grant. The insurance required shall be issued by an insurance company authorized to do business within the state of Washington. The insurance shall name the state of Washington, its agents, officers, and employees as additional insureds under the insurance policy. All policies shall be primary to any other valid and collectable insurance. The GRANTEE shall instruct the insurers to give COMMERCE thirty (30) calendar days advance notice of any insurance cancellation or modification. AAG Approved - CAR DA GRANT AGREEMENT — VER 3 Packet Pg. 268 8.Q.a The GRANTEE shall provide to COMMERCE copies of insurance instruments or certifications from the insurance issuing agency. The copies or certifications shall show the insurance coverage, the designated beneficiary, who is covered, the amounts, the period of coverage, and that COMMERCE will be provided thirty (30) days advance written notice of cancellation. During the term of the Grant, the GRANTEE shall submit renewal certificates not less than thirty (30) calendar days prior to expiration of each policy required under this section. Professional Liability, Errors and Omissions Insurance. The GRANTEE shall require that any contractors providing professional services that are reimbursable under this Grant maintain Professional Liability or Errors and Omissions Insurance. The GRANTEE shall require such contractors to maintain minimum limits of no less than $1,000,000 per occurrence. The state of Washington, its agents, officers, and employees need not be named as additional insureds under these policies. GRANTEES and Local Governments that Participate in a Self -Insurance Program. Self-Insured/Liability Pool or Self -Insured Risk Management Program — With prior approval from COMMERCE, the GRANTEE may provide the coverage above under a self-insured/liability pool or self -insured risk management program. In order to obtain permission from COMMERCE, the GRANTEE shall provide: (1) a description of its self-insurance program, and (2) a certificate and/or letter of coverage that outlines coverage limits and deductibles. All self -insured risk management programs or self-insured/liability pool financial reports must comply with Generally Accepted Accounting Principles (GAAP) and adhere to accounting standards promulgated by: 1) Governmental Accounting Standards Board (GASB), 2) Financial Accounting Standards Board (FASB), and 3) the Washington State Auditor's annual instructions for financial reporting. GRANTEE's participating in joint risk pools shall maintain sufficient documentation to support the aggregate claim liability information reported on the balance sheet. The state of Washington, its agents, and employees need not be named as additional insured under a self -insured property/liability pool, if the pool is prohibited from naming third parties as additional insured. GRANTEE shall provide annually to COMMERCE a summary of coverages and a letter of self insurance, evidencing continued coverage under GRANTEE's self-insured/liability pool or self -insured risk management program. Such annual summary of coverage and letter of self insurance will be provided on the anniversary of the start date of this Agreement. 12. ORDER OF PRECEDENCE In the event of an inconsistency in this Grant, the inconsistency shall be resolved by giving precedence in the following order: • Applicable federal and state of Washington statutes and regulations • Declarations page of this Grant Agreement • Special Terms and Conditions • General Terms and Conditions • Attachment A — Scope of Work • Attachment B — Certification of the Availability of Funds to Complete the Project • Attachment C — Certification of the Payment and Reporting of Prevailing Wages • Attachment D — Certification of Intent to Enter the Leadership in Energy and Environmental Design (LEED) Certification Process 13. REDUCTION IN FUNDS In the event state funds appropriated for the work contemplated under this Grant Agreement are withdrawn, reduced, or limited in any way by the Governor or the Washington State Legislature during the Grant Agreement period, the parties hereto shall be bound by any such revised funding limitations as implemented at the discretion of COMMERCE, and shall meet and renegotiate the Grant Agreement accordingly. AAG Approved - CAR DA GRANT AGREEMENT — VER 3 Packet Pg. 269 8.Q.a 14. OWNERSHIP OF PROJECT/CAPITAL FACILITIES COMMERCE makes no claim to any real property improved or constructed with funds awarded under this Grant Agreement and does not assert and will not acquire any ownership interest in or title to the capital facilities and/or equipment constructed or purchased with state funds under this Grant Agreement; provided, however, that COMMERCE may be granted a security interest in real property, to secure funds awarded under this Grant Agreement. This provision does not extend to claims that COMMERCE may bring against the GRANTEE in recapturing funds expended in violation of this Grant Agreement. 15. CHANGE OF OWNERSHIP OR USE FOR GRANTEE -OWNED PROPERTY A. The GRANTEE understands and agrees that any and all real property or facilities owned by the GRANTEE that are acquired, constructed, or otherwise improved by the GRANTEE using state funds under this Grant Agreement, shall be held and used by the GRANTEE for the purpose or purposes stated elsewhere in this Grant Agreement for a period of at least ten (10) years from the later of: (1) the date the final payment is made hereunder; or (2) the date when the facility improved or acquired with grant funds, or a distinct phase of the project, is made useable to the public for the purpose intended by the Legislature. B. This provision shall not be construed to prohibit the GRANTEE from selling any property or properties described in this section; Provided, that any such sale shall be subject to prior review and approval by COMMERCE, and that all proceeds from such sale shall be applied to the purchase price of a different facility or facilities of equal or greater value than the original facility and that any such new facility or facilities will be used for the purpose or purposes stated elsewhere in this Grant Agreement. C. In the event the GRANTEE is found to be out of compliance with this section, the GRANTEE shall repay to the state general fund the principal amount of the grant as stated on the Face Sheet, hereof, plus interest calculated at the rate of interest on state of Washington general obligation bonds issued most closely to the effective date of the legislation in which the subject facility was authorized. Repayment shall be made pursuant to Section 50 (Recapture provision). 16. CHANGE OF USE FOR LEASED PROPERTY PERFORMANCE MEASURE A. The GRANTEE understands and agrees that any facility leased by the GRANTEE that is constructed, renovated, or otherwise improved using state funds under this Grant Agreement shall be used by the GRANTEE for the purpose or purposes stated elsewhere in this Grant Agreement for a period of at least ten (10) years from the later of: (1) the date the final payment is made hereunder; or (2) the date when the facility improved or acquired with grant funds, or a distinct phase of the project, is made useable to the public for the purpose intended by the Legislature. B. In the event the GRANTEE is found to be out of compliance with this section, the GRANTEE shall repay to the state general fund the principal amount of the grant as stated on the Face Sheet, hereof, plus interest calculated at the rate of interest on state of Washington general obligation bonds issued most closely to the effective date of the legislation in which the subject facility was authorized. Repayment shall be made pursuant to Section 50 (Recapture Provision). 17. SIGNAGE, MARKERS AND PUBLICATIONS If, during the period covered by this Grant Agreement, the GRANTEE displays or circulates any communication, publication, or donor recognition identifying the financial participants in the Project, any such communication or publication must identify "The Taxpayers of Washington State" as a participant. 18. HISTORICAL AND CULTURAL ARTIFACTS Prior to approval and disbursement of any funds awarded under this Contract, GRANTEE shall cooperate with COMMERCE to complete the requirements of Governor's Executive Order 21-02 or GRANTEE shall complete a review under Section 106 of the National Historic Preservation Act, if applicable. GRANTEE agrees that the GRANTEE is legally and financially responsible for compliance AAG Approved - CAR DA GRANT AGREEMENT — VER 3 Packet Pg. 270 8.Q.a with all laws, regulations, and agreements related to the preservation of historical or cultural resources and agrees to hold harmless COMMERCE and the state of Washington in relation to any claim related to such historical or cultural resources discovered, disturbed, or damaged as a result of the project funded by this Contract. In addition to the requirements set forth in this Contract, GRANTEE shall, in accordance with Governor's Executive Order 21-02 as applicable, coordinate with Commerce and the Washington State Department of Archaeology and Historic Preservation ("DAHP"), including any recommended consultation with any affected tribe(s), during Project design and prior to construction to determine the existence of any tribal cultural resources affected by Project. GRANTEE agrees to avoid, minimize, or mitigate impacts to the cultural resource as a continuing prerequisite to receipt of funds under this Contract. The GRANTEE agrees that, unless the GRANTEE is proceeding under an approved historical and cultural monitoring plan or other memorandum of agreement, if historical or cultural artifacts are discovered during construction, the GRANTEE shall immediately stop construction and notify the local historical preservation officer and the state's historical preservation officer at DAHP, and the Commerce Representative identified on the Face Sheet. If human remains are uncovered, the GRANTEE shall report the presence and location of the remains to the coroner and local enforcement immediately, then contact DAHP and the concerned tribe's cultural staff or committee. The GRANTEE shall require this provision to be contained in all subcontracts for work or services related to the Scope of Work attached hereto. In addition to the requirements set forth in this Contract, GRANTEE agrees to comply with RCW 27.44 regarding Indian Graves and Records; RCW 27.53 regarding Archaeological Sites and Resources; RCW 68.60 regarding Abandoned and Historic Cemeteries and Historic Graves; and WAC 25-48 regarding Archaeological Excavation and Removal Permits. Completion of the requirements of Section 106 of the National Historic Preservation Act shall substitute for completion of Governor's Executive Order 21-02. In the event that the GRANTEE finds it necessary to amend the Scope of Work the GRANTEE may be required to re -comply with Governor's Executive Order 21-02, or Section 106 of the National Historic Preservation Act. 19. REAPPROPRIATION A. The parties hereto understand and agree that any state funds not expended by the BIENNIUM CLOSE DATE listed on the Declarations page will lapse on that date unless specifically reappropriated by the Washington State Legislature. If funds are so reappropriated, the state's obligation under the terms of this Grant Agreement shall be contingent upon the terms of such reappropriation. B. In the event any funds awarded under this Grant Agreement are reappropriated for use in a future biennium, COMMERCE reserves the right to assign a reasonable share of any such reappropriation for administrative costs. 20. TERMINATION FOR FRAUD OR MISREPRESENTATION In the event the GRANTEE commits fraud or makes any misrepresentation in connection with the Grant application or during the performance of this Grant Agreement, COMMERCE reserves the right to terminate or amend this Grant Agreement accordingly, including the right to recapture all funds disbursed to the GRANTEE under the Grant. AAG Approved - CAR DA GRANT AGREEMENT — VER 3 Packet Pg. 271 8.Q.a 21. APPLICABILITY OF COPYRIGHT PROVISIONS TO ARCHITECTURAL/ENGINEERING DESIGN WORK The "Copyright Provisions", Section 36 of the General Terms and Conditions, are not intended to apply to any architectural and engineering design work funded by this grant. 22. FRAUD AND OTHER LOSS REPORTING Contractor/Grantee shall report in writing all known or suspected fraud or other loss of any funds or other property furnished under this Contract immediately or as soon as practicable to the Commerce Representative identified on the Face Sheet. 23. PUBLIC RECORDS ACT Notwithstanding General Terms and Conditions Section 34, COMMERCE is a public agency subject to the Public Records Act, Chapter 42.56 RCW (the "PRA"). Under the PRA, all materials relating to the conduct of government or the performance of any governmental or proprietary function prepared, owned, used, or retained by COMMERCE or its functional equivalents are considered public records The PRA requires that public records responsive to a public records request be promptly produced unless the PRA or an "other statute" exempts such records from production. This Agreement is not intended to alter COMMERCE's obligations under the PRA. The parties agree that if COMMERCE receives a public records request for files that may include confidential information under General Terms and Conditions Section 34, COMMERCE will notify the other party of the request and of the date that the records will be released to the requester unless GRANTEE obtains a court order enjoining disclosure. If the GRANTEE fails to obtain the court order enjoining disclosure, COMMERCE may release the requested information on the date specified. If the GRANTEE obtains a court order from a court of competent jurisdiction enjoining disclosure pursuant to the PRA, COMMERCE shall maintain the confidentiality of the information per the court order. AAG Approved - CAR DA GRANT AGREEMENT — VER 3 Packet Pg. 272 8.Q.a GENERAL TERMS AND CONDITIONS GENERAL GRANT STATE FUNDS 24. DEFINITIONS As used throughout this Grant, the following terms shall have the meaning set forth below: A. "Authorized Representative" shall mean the Director and/or the designee authorized in writing to act on the Director's behalf. B. "COMMERCE" shall mean the Department of Commerce. C. "GRANTEE" shall mean the entity identified on the Face Sheet performing service(s) under this Grant, and shall include all employees and agents of the GRANTEE. D. "Personal Information" shall mean information identifiable to any person, including, but not limited to, information that relates to a person's name, health, finances, education, business, use or receipt of governmental services or other activities, addresses, telephone numbers, social security numbers, driver license numbers, other identifying numbers, and any financial identifiers. E. "State" shall mean the state of Washington. F. "Subgrantee/subcontractor" shall mean one not in the employment of the GRANTEE, who is performing all or part of those services under this Grant under a separate Grant with the GRANTEE. The terms "subgrantee/subcontractor" refers to any tier. G. "Subrecipient" shall mean a non-federal entity that expends federal awards received from a pass - through entity to carry out a federal program, but does not include an individual that is a beneficiary of such a program. It also excludes vendors that receive federal funds in exchange for goods and/or services in the course of normal trade or commerce. H. "Vendor" is an entity that agrees to provide the amount and kind of services requested by COMMERCE; provides services under the grant only to those beneficiaries individually determined to be eligible by COMMERCE and, provides services on a fee -for -service or per -unit basis with contractual penalties if the entity fails to meet program performance standards. I. "Grant" and "Agreement" and "Contract" shall mean the entire written agreement between COMMERCE and the GRANTEE, including any attachments, exhibits, documents, or materials incorporated by reference, and any amendments executed by the parties. 25. ACCESS TO DATA In compliance with RCW 39.26.180, the GRANTEE shall provide access to data generated under this Grant to COMMERCE, the Joint Legislative Audit and Review Committee, and the Office of the State Auditor at no additional cost. This includes access to all information that supports the findings, conclusions, and recommendations of the GRANTEE's reports, including computer models and the methodology for those models. 26. ADVANCE PAYMENTS PROHIBITED No payments in advance of or in anticipation of goods or services to be provided under this Grant shall be made by COMMERCE. 27. ALL WRITINGS CONTAINED HEREIN This Grant contains all the terms and conditions agreed upon by the parties. No other understandings, oral or otherwise, regarding the subject matter of this Grant shall be deemed to exist or to bind any of the parties hereto. 28. AMENDMENTS This Grant may be amended by mutual agreement of the parties. Such amendments shall not be binding unless they are in writing and signed by personnel authorized to bind each of the parties. AAG Approved - CAR DA GRANT AGREEMENT — VER 3 Packet Pg. 273 8.Q.a 29. AMERICANS WITH DISABILITIES ACT (ADA) OF 1990, PUBLIC LAW 101-336, ALSO REFERRED TO AS THE "ADA" 28 CFR PART 35 The GRANTEE must comply with the ADA, which provides comprehensive civil rights protection to individuals with disabilities in the areas of employment, public accommodations, state and local government services, and telecommunications. 30. ASSIGNMENT Neither this Grant, nor any claim arising under this Grant, shall be transferred or assigned by the GRANTEE without prior written consent of COMMERCE. 31. ATTORNEYS' FEES Unless expressly permitted under another provision of the Grant, in the event of litigation or other action brought to enforce Grant terms, each party agrees to bear its own attorney's fees and costs. 32. AUDIT A. General Requirements COMMERCE reserves the right to require an audit. If required, GRANTEEs are to procure audit services based on the following guidelines. The GRANTEE shall maintain its records and accounts so as to facilitate audits and shall ensure that subgrantees also maintain auditable records. The GRANTEE is responsible for any audit exceptions incurred by its own organization or that of its subgrantees. COMMERCE reserves the right to recover from the GRANTEE all disallowed costs resulting from the audit. Responses to any unresolved management findings and disallowed or questioned costs shall be included with the audit report. The GRANTEE must respond to COMMERCE requests for information or corrective action concerning audit issues within thirty (30) days of the date of request. B. State Funds Requirements In the event an audit is required, if the GRANTEE is a state or local government entity, the Office of the State Auditor shall conduct the audit. Audits of non-profit organizations are to be conducted by a certified public accountant selected by the GRANTEE. The GRANTEE shall include the above audit requirements in any subcontracts. In any case, the GRANTEE's records must be available for review by COMMERCE. C. Documentation Requirements The GRANTEE must send a copy of the audit report described above no later than nine (9) months after the end of the GRANTEE's fiscal year(s) by sending a scanned copy to comacctoffice(c)commerce.wa.gov or a hard copy to: Department of Commerce ATTN: Audit Review and Resolution Office 1011 Plum Street SE PO Box 42525 Olympia WA 98504-2525 In addition to sending a copy of the audit, when applicable, the GRANTEE must include: AAG Approved - CAR DA GRANT AGREEMENT — VER 3 Packet Pg. 274 8.Q.a • Corrective action plan for audit findings within three (3) months of the audit being received by COMMERCE. • Copy of the Management Letter. If the GRANTEE is required to obtain a Single Audit consistent with Circular A-133 requirements, a copy must be provided to COMMERCE; no other report is required. 33. BREACHES OF OTHER STATE CONTRACTS GRANTEE is expected to comply with all other contracts executed between GRANTEE and the State of Washington. A breach of any other agreement entered into between GRANTEE and the State of Washington may, in COMMERCE's discretion, be deemed a breach of this Agreement. 34. CONFIDENTIALITY/SAFEGUARDING OF INFORMATION A. "Confidential Information" as used in this section includes: 1. All material provided to the GRANTEE by COMMERCE that is designated as "confidential" by COMMERCE; 2. All material produced by the GRANTEE that is designated as "confidential" by COMMERCE; and 3. All personal information in the possession of the GRANTEE that may not be disclosed under state or federal law. "Personal information" includes but is not limited to information related to a person's name, health, finances, education, business, use of government services, addresses, telephone numbers, social security number, driver's license number and other identifying numbers, and "Protected Health Information" under the federal Health Insurance Portability and Accountability Act of 1996 (HIPAA). B. The GRANTEE shall comply with all state and federal laws related to the use, sharing, transfer, sale, or disclosure of Confidential Information. The GRANTEE shall use Confidential Information solely for the purposes of this Grant and shall not use, share, transfer, sell or disclose any Confidential Information to any third party except with the prior written consent of COMMERCE or as may be required by law. The GRANTEE shall take all necessary steps to assure that Confidential Information is safeguarded to prevent unauthorized use, sharing, transfer, sale or disclosure of Confidential Information or violation of any state or federal laws related thereto. Upon request, the GRANTEE shall provide COMMERCE with its policies and procedures on confidentiality. COMMERCE may require changes to such policies and procedures as they apply to this Grant whenever COMMERCE reasonably determines that changes are necessary to prevent unauthorized disclosures. The GRANTEE shall make the changes within the time period specified by COMMERCE. Upon request, the GRANTEE shall immediately return to COMMERCE any Confidential Information that COMMERCE reasonably determines has not been adequately protected by the GRANTEE against unauthorized disclosure. C. Unauthorized Use or Disclosure. The GRANTEE shall notify COMMERCE within five (5) working days of any unauthorized use or disclosure of any confidential information, and shall take necessary steps to mitigate the harmful effects of such use or disclosure. 35. CONFLICT OF INTEREST Notwithstanding any determination by the Executive Ethics Board or other tribunal, COMMERCE may, in its sole discretion, by written notice to the GRANTEE terminate this Grant Agreement if it is found after due notice and examination by COMMERCE that there is a violation of the Ethics in Public Service Act, Chapters 42.52 RCW and 42.23 RCW; or any similar statute involving the GRANTEE in the procurement of, or performance under this Grant Agreement. Specific restrictions apply to contracting with current or former state employees pursuant to chapter 42.52 of the Revised Code of Washington. The GRANTEE and their subcontractor(s) must identify any person employed in any capacity by the state of Washington that worked on this Grant, or any matter related to the project funded under this Grant or any other state funded project, including but not limited to formulating or drafting legislation, participating in grant procurement, planning and AAG Approved - CAR DA GRANT AGREEMENT — VER 3 Packet Pg. 275 8.Q.a execution, awarding grants, or monitoring grants, during the 24 month period preceding the start date of this Grant. Any person identified by the GRANTEE and their subcontractors(s) must be identified individually by name, the agency previously or currently employed by, job title or position held, and separation date. If it is determined by COMMERCE that a conflict of interest exists, the GRANTEE may be disqualified from further consideration for the award of a Grant. In the event this Grant Agreement is terminated as provided above, COMMERCE shall be entitled to pursue the same remedies against the GRANTEE as it could pursue in the event of a breach of the Grant Agreement by the GRANTEE. The rights and remedies of COMMERCE provided for in this clause shall not be exclusive and are in addition to any other rights and remedies provided by law. The existence of facts upon which COMMERCE makes any determination under this clause shall be an issue and may be reviewed as provided in the "Disputes" clause of this Grant Agreement. 36. COPYRIGHT PROVISIONS Unless otherwise provided, all Materials produced under this Grant shall be considered "works for hire" as defined by the U.S. Copyright Act and shall be owned by COMMERCE. COMMERCE shall be considered the author of such Materials. In the event the Materials are not considered "works for hire" under the U.S. Copyright laws, the GRANTEE hereby irrevocably assigns all right, title, and interest in all Materials, including all intellectual property rights, moral rights, and rights of publicity to COMMERCE effective from the moment of creation of such Materials. "Materials" means all items in any format and includes, but is not limited to, data, reports, documents, pamphlets, advertisements, books, magazines, surveys, studies, computer programs, films, tapes, and/or sound reproductions. "Ownership" includes the right to copyright, patent, register and the ability to transfer these rights. For Materials that are delivered under the Grant, but that incorporate pre-existing materials not produced under the Grant, the GRANTEE hereby grants to COMMERCE a nonexclusive, royalty -free, irrevocable license (with rights to sublicense to others) in such Materials to translate, reproduce, distribute, prepare derivative works, publicly perform, and publicly display. The GRANTEE warrants and represents that the GRANTEE has all rights and permissions, including intellectual property rights, moral rights and rights of publicity, necessary to grant such a license to COMMERCE. The GRANTEE shall exert all reasonable effort to advise COMMERCE, at the time of delivery of Materials furnished under this Grant, of all known or potential invasions of privacy contained therein and of any portion of such document which was not produced in the performance of this Grant. The GRANTEE shall provide COMMERCE with prompt written notice of each notice or claim of infringement received by the GRANTEE with respect to any Materials delivered under this Grant. COMMERCE shall have the right to modify or remove any restrictive markings placed upon the Materials by the GRANTEE. 37. DISPUTES Except as otherwise provided in this Grant, when a dispute arises between the parties and it cannot be resolved by direct negotiation, either party may request a dispute hearing with the Director of COMMERCE, who may designate a neutral person to decide the dispute. The request for a dispute hearing must: • be in writing; • state the disputed issues; • state the relative positions of the parties; • state the GRANTEE's name, address, and Grant number; and • be mailed to the Director and the other party's (respondent's) Grant Representative within three (3) working days after the parties agree that they cannot resolve the dispute. AAG Approved - CAR DA GRANT AGREEMENT — VER 3 Packet Pg. 276 8.Q.a The respondent shall send a written answer to the requestor's statement to both the Director or the Director's designee and the requestor within five (5) working days. The Director or designee shall review the written statements and reply in writing to both parties within ten (10) working days. The Director or designee may extend this period if necessary by notifying the parties. The decision shall not be admissible in any succeeding judicial or quasi-judicial proceeding. The parties agree that this dispute process shall precede any action in a judicial or quasi-judicial tribunal. Nothing in this Grant shall be construed to limit the parties' choice of a mutually acceptable alternate dispute resolution (ADR) method in addition to the dispute hearing procedure outlined above. 38. DUPLICATE PAYMENT COMMERCE shall not pay the GRANTEE, if the GRANTEE has charged or will charge the State of Washington or any other party under any other Grant, subgrant/subcontract, or agreement, for the same services or expenses. The GRANTEE certifies that work to be performed under this contract does not duplicate any work to be charged against any other grant, subgrant/subcontract, or agreement. 39. GOVERNING LAW AND VENUE This Grant shall be construed and interpreted in accordance with the laws of the state of Washington, and the venue of any action brought hereunder shall be in the Superior Court for Thurston County. 40. INDEMNIFICATION To the fullest extent permitted by law, the GRANTEE shall indemnify, defend, and hold harmless the state of Washington, COMMERCE, agencies of the state and all officials, agents and employees of the state, from and against all claims for injuries or death arising out of or resulting from the performance of the contract. "Claim" as used in this contract, means any financial loss, claim, suit, action, damage, or expense, including but not limited to attorneys fees, attributable for bodily injury, sickness, disease, or death, or injury to or the destruction of tangible property including loss of use resulting therefrom. The GRANTEE's obligation to indemnify, defend, and hold harmless includes any claim by GRANTEE's agents, employees, representatives, or any subgrantee/subcontractor or its employees. GRANTEE expressly agrees to indemnify, defend, and hold harmless the State for any claim arising out of or incident to GRANTEE'S or any subgrantee's/subcontractor's performance or failure to perform the Grant. GRANTEE'S obligation to indemnify, defend, and hold harmless the State shall not be eliminated or reduced by any actual or alleged concurrent negligence of State or its agents, agencies, employees and officials. The GRANTEE waives its immunity under Title 51 RCW to the extent it is required to indemnify, defend and hold harmless the state and its agencies, officers, agents or employees. 41. INDEPENDENT CAPACITY OF THE GRANTEE The parties intend that an independent contractor relationship will be created by this Grant. The GRANTEE and its employees or agents performing under this Grant Agreement are not employees or agents of the state of Washington or COMMERCE. The GRANTEE will not hold itself out as or claim to be an officer or employee of COMMERCE or of the state of Washington by reason hereof, nor will the GRANTEE make any claim of right, privilege or benefit which would accrue to such officer or employee under law. Conduct and control of the work will be solely with the GRANTEE. AAG Approved - CAR DA GRANT AGREEMENT — VER 3 Packet Pg. 277 8.Q.a 42. INDUSTRIAL INSURANCE COVERAGE The GRANTEE shall comply with all applicable provisions of Title 51 RCW, Industrial Insurance. If the GRANTEE fails to provide industrial insurance coverage or fails to pay premiums or penalties on behalf of its employees as may be required by law, COMMERCE may collect from the GRANTEE the full amount payable to the Industrial Insurance Accident Fund. COMMERCE may deduct the amount owed by the GRANTEE to the accident fund from the amount payable to the GRANTEE by COMMERCE under this Grant Agreement, and transmit the deducted amount to the Department of Labor and Industries, (L&I) Division of Insurance Services. This provision does not waive any of L&I's rights to collect from the GRANTEE. 43. LAWS The GRANTEE shall comply with all applicable laws, ordinances, codes, regulations and policies of local and state and federal governments, as now or hereafter amended. 44. LICENSING, ACCREDITATION AND REGISTRATION The GRANTEE shall comply with all applicable local, state, and federal licensing, accreditation and registration requirements or standards necessary for the performance of this Grant Agreement. 45. LIMITATION OF AUTHORITY Only the Authorized Representative or Authorized Representative's delegate by writing (delegation to be made prior to action) shall have the express, implied, or apparent authority to alter, amend, modify, or waive any clause or condition of this Grant Agreement. Furthermore, any alteration, amendment, modification, or waiver or any clause or condition of this Grant Agreement is not effective or binding unless made in writing and signed by the Authorized Representative. 46. NONCOMPLIANCE WITH NONDISCRIMINATION LAWS During the performance of this Grant, the GRANTEE shall comply with all federal, state, and local nondiscrimination laws, regulations and policies. In the event of the GRANTEE's non-compliance or refusal to comply with any nondiscrimination law, regulation or policy, this Grant may be rescinded, canceled or terminated in whole or in part, and the GRANTEE may be declared ineligible for further Grants with COMMERCE. The GRANTEE shall, however, be given a reasonable time in which to cure this noncompliance. Any dispute may be resolved in accordance with the "Disputes" procedure set forth herein. The funds provided under this contract may not be used to fund religious worship, exercise, or instruction. No person shall be required to participate in any religious worship, exercise, or instruction in order to have access to the facilities funded by this grant. 47. PAY EQUITY The GRANTEE agrees to ensure that "similarly employed" individuals in its workforce are compensated as equals, consistent with the following: a. Employees are "similarly employed" if the individuals work for the same employer, the performance of the job requires comparable skill, effort, and responsibility, and the jobs are performed under similar working conditions. Job titles alone are not determinative of whether employees are similarly employed; b. GRANTEE may allow differentials in compensation for its workers if the differentials are based in good faith and on any of the following: (i) A seniority system; a merit system; a system that measures earnings by quantity or quality of production; a bona fide job -related factor or factors; or a bona fide regional difference in compensation levels. (ii) A bona fide job -related factor or factors may include, but not be limited to, education, training, or experience that is: Consistent with business necessity; not based on or derived from a gender -based differential; and accounts for the entire differential. (iii) A bona fide regional difference in compensation level must be: Consistent with business necessity; not based on or derived from a gender -based differential; and account for the entire differential. AAG Approved - CAR DA GRANT AGREEMENT — VER 3 Packet Pg. 278 8.Q.a This Grant Agreement may be terminated by COMMERCE, if COMMERCE or the Department of Enterprise services determines that the GRANTEE is not in compliance with this provision. 48. POLITICAL ACTIVITIES Political activity of GRANTEE employees and officers are limited by the State Campaign Finances and Lobbying provisions of Chapter 42.17a RCW and the Federal Hatch Act, 5 USC 1501 - 1508. No funds may be used for working for or against ballot measures or for or against the candidacy of any person for public office. 49. PUBLICITY The GRANTEE agrees not to publish or use any advertising or publicity materials in which the state of Washington or COMMERCE's name is mentioned, or language used from which the connection with the state of Washington's or COMMERCE's name may reasonably be inferred or implied, without the prior written consent of COMMERCE. 50. RECAPTURE In the event that the GRANTEE fails to perform this Grant in accordance with state laws, federal laws, and/or the provisions of this Grant, COMMERCE reserves the right to recapture funds in an amount to compensate COMMERCE for the noncompliance in addition to any other remedies available at law or in equity. Repayment by the GRANTEE of funds under this recapture provision shall occur within the time period specified by COMMERCE. In the alternative, COMMERCE may recapture such funds from payments due under this Grant. 51. RECORDS MAINTENANCE The GRANTEE shall maintain books, records, documents, data and other evidence relating to this Grant and performance of the services described herein, including but not limited to accounting procedures and practices that sufficiently and properly reflect all direct and indirect costs of any nature expended in the performance of this Grant. GRANTEE shall retain such records for a period of six years following the date of final payment. At no additional cost, these records, including materials generated under the Grant, shall be subject at all reasonable times to inspection, review or audit by COMMERCE, personnel duly authorized by COMMERCE, the Office of the State Auditor, and federal and state officials so authorized by law, regulation or agreement. 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. 52. REGISTRATION WITH DEPARTMENT OF REVENUE If required by law, the GRANTEE shall complete registration with the Washington State Department of Revenue. 53. RIGHT OF INSPECTION At no additional cost, the GRANTEE shall provide right of access to its facilities to COMMERCE, or any of its officers, or to any other authorized agent or official of the state of Washington or the federal government, at all reasonable times, in order to monitor and evaluate performance, compliance, and/or quality assurance under this Grant. 54. SAVINGS In the event funding from state, federal, or other sources is withdrawn, reduced, or limited in any way after the effective date of this Grant and prior to normal completion, COMMERCE may terminate the Grant under the "Termination for Convenience" clause, without the ten calendar day notice AAG Approved - CAR DA GRANT AGREEMENT — VER 3 Packet Pg. 279 8.Q.a requirement. In lieu of termination, the Grant may be amended to reflect the new funding limitations and conditions. 55. SEVERABILITY The provisions of this Grant are intended to be severable. If any term or provision is illegal or invalid for any reason whatsoever, such illegality or invalidity shall not affect the validity of the remainder of the Grant. 56. SITE SECURITY While on COMMERCE premises, GRANTEE, its agents, employees, or subcontractors shall conform in all respects with physical, fire or other security policies or regulations. 57. SUBGRANTING/SUBCONTRACTING Neither the GRANTEE nor any subgrantee/subcontractor shall enter into subgrants/subcontracts for any of the work contemplated under this Grant Agreement without obtaining prior written approval of COMMERCE. In no event shall the existence of the subgrant/subcontract operate to release or reduce the liability of the GRANTEE to COMMERCE for any breach in the performance of the GRANTEE's duties. This clause does not include Grants of employment between the GRANTEE and personnel assigned to work under this Grant. Additionally, the GRANTEE is responsible for ensuring that all terms, conditions, assurances and certifications set forth in this agreement are carried forward to any subgrants/subcontracts. Every subgrant/subcontract shall include a term that COMMERCE and the State of Washington are not liable for claims or damages arising from a subgrantee's/subcontractor's performance of the subgrant/subcontract. GRANTEE and its subgrantees/subcontractors agree not to release, divulge, publish, transfer, sell or otherwise make known to unauthorized persons personal information without the express written consent of COMMERCE or as provided by law. 58. SURVIVAL The terms, conditions, and warranties contained in this Grant that by their sense and context are intended to survive the completion of the performance, cancellation or termination of this Grant shall so survive. 59. TAXES All payments accrued on account of payroll taxes, unemployment contributions, the GRANTEE's income or gross receipts, any other taxes, insurance or expenses for the GRANTEE or its staff shall be the sole responsibility of the GRANTEE. 60. TERMINATION FOR CAUSE In the event COMMERCE determines the GRANTEE has failed to comply with the conditions of this Grant in a timely manner, COMMERCE has the right to suspend or terminate this Grant. Before suspending or terminating the Grant, COMMERCE shall notify the GRANTEE in writing of the need to take corrective action. If corrective action is not taken within 30 calendar days, the Grant may be terminated or suspended. In the event of termination or suspension, the GRANTEE shall be liable for damages as authorized by law including, but not limited to, any cost difference between the original Grant and the replacement or cover Grant and all administrative costs directly related to the replacement Grant, e.g., cost of the competitive bidding, mailing, advertising and staff time. COMMERCE reserves the right to suspend all or part of the Grant, withhold further payments, or prohibit the GRANTEE from incurring additional obligations of funds during investigation of the alleged compliance breach and pending corrective action by the GRANTEE or a decision by COMMERCE to terminate the Grant. A termination shall be deemed a "Termination for Convenience" AAG Approved - CAR DA GRANT AGREEMENT — VER 3 Packet Pg. 280 8.Q.a if it is determined that the GRANTEE: (1) was not in default; or (2) failure to perform was outside of his or her control, fault or negligence. The rights and remedies of COMMERCE provided in this Grant are not exclusive and are, in addition to any other rights and remedies, provided by law. 61. TERMINATION FOR CONVENIENCE Except as otherwise provided in this Grant, COMMERCE may, by ten (10) business days written notice, beginning on the second day after the mailing, terminate this Grant, in whole or in part. If this Grant is so terminated, COMMERCE shall be liable only for payment required under the terms of this Grant for services rendered or goods delivered prior to the effective date of termination. 62. TERMINATION PROCEDURES Upon termination of this Grant, COMMERCE, in addition to any other rights provided in this Grant, may require the GRANTEE to deliver to COMMERCE any property specifically produced or acquired for the performance of such part of this Grant as has been terminated. The provisions of the "Treatment of Assets" clause shall apply in such property transfer. COMMERCE shall pay to the GRANTEE the agreed upon price, if separately stated, for completed work and services accepted by COMMERCE, and the amount agreed upon by the GRANTEE and COMMERCE for (i) completed work and services for which no separate price is stated, (ii) partially completed work and services, (iii) other property or services that are accepted by COMMERCE, and (iv) the protection and preservation of property, unless the termination is for default, in which case the AUTHORIZED REPRESENTATIVE shall determine the extent of the liability of COMMERCE. Failure to agree with such determination shall be a dispute within the meaning of the "Disputes" clause of this Grant. COMMERCE may withhold from any amounts due the GRANTEE such sum as the AUTHORIZED REPRESENTATIVE determines to be necessary to protect COMMERCE against potential loss or liability. The rights and remedies of COMMERCE provided in this section shall not be exclusive and are in addition to any other rights and remedies provided by law or under this Grant Agreement. After receipt of a notice of termination, and except as otherwise directed by the AUTHORIZED REPRESENTATIVE, the GRANTEE shall: 1. Stop work under the Grant on the date, and to the extent specified, in the notice; 2. Place no further orders or subgrants/subcontracts for materials, services, or facilities except as may be necessary for completion of such portion of the work under the Grant that is not terminated; 3. Assign to COMMERCE, in the manner, at the times, and to the extent directed by the AUTHORIZED REPRESENTATIVE, all of the rights, title, and interest of the GRANTEE under the orders and subgrants/subcontracts so terminated, in which case COMMERCE has the right, at its discretion, to settle or pay any or all claims arising out of the termination of such orders and subgrants/subcontracts; 4. Settle all outstanding liabilities and all claims arising out of such termination of orders and subcontracts, with the approval or ratification of the AUTHORIZED REPRESENTATIVE to the extent AUTHORIZED REPRESENTATIVE may require, which approval or ratification shall be final for all the purposes of this clause; 5. Transfer title to COMMERCE and deliver in the manner, at the times, and to the extent directed by the AUTHORIZED REPRESENTATIVE any property which, if the Grant had been completed, would have been required to be furnished to COMMERCE; 6. Complete performance of such part of the work as shall not have been terminated by the AUTHORIZED REPRESENTATIVE; and 7. Take such action as may be necessary, or as the AUTHORIZED REPRESENTATIVE may direct, for the protection and preservation of the property related to this Grant, which is in the possession of the GRANTEE and in which COMMERCE has or may acquire an interest. AAG Approved - CAR DA GRANT AGREEMENT — VER 3 Packet Pg. 281 8.Q.a 63. TREATMENT OF ASSETS Title to all property furnished by COMMERCE shall remain in COMMERCE. Title to all property furnished by the GRANTEE, for the cost of which the GRANTEE is entitled to be reimbursed as a direct item of cost under this Grant, shall pass to and vest in COMMERCE upon delivery of such property by the GRANTEE. Title to other property, the cost of which is reimbursable to the GRANTEE under this Grant, shall pass to and vest in COMMERCE upon (i) issuance for use of such property in the performance of this Grant, or (ii) commencement of use of such property in the performance of this Grant, or (iii) reimbursement of the cost thereof by COMMERCE in whole or in part, whichever first occurs. A. Any property of COMMERCE furnished to the GRANTEE shall, unless otherwise provided herein or approved by COMMERCE, be used only for the performance of this Grant. B. The GRANTEE shall be responsible for any loss or damage to property of COMMERCE that results from the negligence of the GRANTEE or which results from the failure on the part of the GRANTEE to maintain and administer that property in accordance with sound management practices. C. If any COMMERCE property is lost, destroyed or damaged, the GRANTEE shall immediately notify COMMERCE and shall take all reasonable steps to protect the property from further damage. D. The GRANTEE shall surrender to COMMERCE all property of COMMERCE prior to settlement upon completion, termination or cancellation of this Grant All reference to the GRANTEE under this clause shall also include GRANTEE'S employees, agents or subgrantees/subcontractors. 64. WAIVER Waiver of any default or breach shall not be deemed to be a waiver of any subsequent default or breach. Any waiver shall not be construed to be a modification of the terms of this Grant unless stated to be such in writing and signed by Authorized Representative of COMMERCE. AAG Approved - CAR DA GRANT AGREEMENT — VER 3 Packet Pg. 282 8.Q.a ATTACHMENT A - SCOPE OF WORK [[ProjectPurpose]] Costs related to the work will only be reimbursed to the extent the work is determined by Commerce to be within the scope of the legislative appropriation. CERTIFICATION PERFORMANCE MEASURE The GRANTEE, by its signature, certifies that the declaration set forth above has been reviewed and approved by the GRANTEE's governing body as of the date and year written below. GRANTEE TITLE DATE 23 Packet Pg. 283 8.Q.a A 0 Cn M M C N E d d L tm a L E u 2 r Y Q 24 Packet Pg. 284 8.Q.a ATTACHMENT B - CERTIFICATION OF THE AVAILABILITY OF FUNDS TO COMPLETE THE PROJECT Type of Funding Source Description Amount Grant Washington State Department of Commerce [[0rig inalContract Amount Other Grants Grant #1 $ Grant #2 $ Total Other Grants $0.00 Other Loans Loan #1 I $ Loan #2 $ Total Loans $0.00 Other Local Revenue Source #1 $ Total Local Revenue $0.00 Other Funds Source #1 $ Source #2 $ Total Other Funds $0.00 Total Project Funding I $0.00 CERTIFICATION PERFORMANCE MEASURE The GRANTEE, by its signature, certifies that project funding from sources other than those provided by this Grant Agreement and identified above has been reviewed and approved by the GRANTEE's governing body or board of directors, as applicable, and has either been expended for eligible Project expenses, or is committed in writing and available and will remain committed and available solely and specifically for carrying out the purposes of this Project as described in elsewhere in this Grant Agreement, as of the date and year written below. The GRANTEE shall maintain records sufficient to evidence that it has expended or has access to the funds needed to complete the Project, and shall make such records available for COMMERCE's review upon reasonable request. GRANTEE TITLE DATE 25 Packet Pg. 285 8.Q.a A 0 Cn M M C N E d d L tm a L E u 2 r Y Q 26 Packet Pg. 286 8.Q.a ATTACHMENT C- CERTIFICATION OF THE PAYMENT AND REPORTING OF PREVAILING WAGES CERTIFICATION PERFORMANCE MEASURE The GRANTEE, by its signature, certifies that all contractors and subcontractors performing work on the Project shall comply with prevailing wage laws set forth in Chapter 39.12 RCW, as applicable on the date the appropriation becomes effective, including but not limited to the filing of the "Statement of Intent to Pay Prevailing Wages" and "Affidavit of Wages Paid" as required by RCW 39.12.040. The GRANTEE shall maintain records sufficient to evidence compliance with Chapter 39.12 RCW, and shall make such records available for COMMERCE's review upon request. If any state funds are used by the GRANTEE for the purpose of construction, applicable State Prevailing Wages must be paid. The GRANTEE, by its signature, certifies that the declaration set forth above has been reviewed and approved by the GRANTEE's governing body as of the date and year written below. GRANTEE TITLE DATE 27 Packet Pg. 287 8.Q.a A 0 Cn M M C N E d d L tm a L E u 2 r Y Q 28 Packet Pg. 288 8.Q.a ATTACHMENT D - CERTIFICATION OF INTENT TO ENTER THE LEADERSHIP IN ENERGY AND ENVIRONMENTAL DESIGN (LEED) CERTIFICATION PROCESS CERTIFICATION PERFORMANCE MEASURE The GRANTEE, by its signature, certifies that it will enter into the Leadership in Energy and Environmental Design certification process, as stipulated in RCW 39.35D, as applicable to the Project funded by this Grant Agreement. The GRANTEE shall, upon receipt of LEED certification by the United States Green Building Council, provide documentation of such certification to COMMERCE. The GRANTEE, by its signature, certifies that the declaration set forth above has been reviewed and approved by the GRANTEE's governing body or board of directors, as applicable, as of the date and year written below. IF EXEMPT: DO NOT SIGN GRANTEE TITLE DATE 29 Packet Pg. 289 8.Q.a Draft - Scope of Work for the Union Pacific and Burlington Northern Santa Fe Railroads Quiet Zone Improvements Project State appropriation for fiscal year 2023 is provided solely for a grant to the City of Kent for operational improvements and other actions to improve safety and reduce train noise, with the goal of increasing quality of life and facilitating transit -oriented living in downtown Kent. This project includes work related to railway -highway grade crossing improvements to support future railroad Quiet Zones and grade crossing safety improvements at up to thirteen railroad crossings in Kent, WA; including but not limited to construction of raised medians; construction of curbs, gutters, sidewalks, and pavement repairs; installation of new traffic signs; installation of roadway channelization; installation of fencing and gates; and relocation, removal, or upgrade of existing traffic signals, railroad crossing signal lights, fencing, landscaping, signals, utilities, and street lights. Project work will also include the design and installation/upgrade of trespass fencing at select locations along the BNSF alignment between S. 212t" St. and S. 259t" St, Kent, WA 98032. Eight of the crossings are of the BNSF Railway Company (BNSF) at the following streets: • S. 212t" St. DOT# 085625H • James St. DOT# 085629K • Smith St. DOT# 085633A • Meeker St. DOT# 085636V • Gowe St. DOT#085637C • Titus St. DOT#085639R • Willis St. (SR 516) DOT# 085640K • S 259t" St DOT# 085642Y Five crossings are of the Union Pacific Railroad (UPRR) at the following streets: • S. 212t" St. DOT# 396575R • W. James St. DOT# 396578L • W. Smith St. DOT# 396579T • W. Meeker St. DOT# 396580M • Willis St. (SR 516) DOT# 396581U Work will include permitting, right-of-way acquisition (if necessary), cultural resource review, project management, survey/design engineering, construction management, material procurement, railroad flagging, and construction of Q improvements. Work may be performed by a combination of Kent staff, contracted professional services, contractors, and the individual railroads or their o representatives. a� E U 2 a Packet Pg. 290 9AM Washington State ik rtment of V Commerce Washington State Capital Budget Contract Readiness Form Grantee: City of Kent Project Title: Train Noise Reduction Activities Contract Number: 22-62423-001 Net Grant Amount: $2,950,000 Instructions: Before you can receive funds, a contract will need to be executed between your organization and the state. Contract development generally takes four to six weeks once you have met all pre -contracting requirements. Please follow these steps to get the process started: 1. Completely fill out the survey questions by typing your responses in the electronic version of this form; 2. Have the Grantee Certification (last page) signed by the person authorized to sign contracts for your organization; 3. Attach documentation for committed funds (copies of award letters, council appropriations, etc.), if applicable; 4. Attach completed and signed LEED Certification Declaration form; 5. Compile and email these documents to your Grant Manager, [[CommerceManagerName]] at [[CommerceManagerEmail]] If you have any questions or need additional information, please contact me at: [[CommerceManagerEmail]] or [[CommerceMan agerPhone]] All grantees are required to set up an SWV number so funds may be sent electronically. Please find detailed instructions here: Office of Financial Management. It may take up to three weeks after you submit this information for an electronic transfer account to be set up. You may immediately submit your working papers survey to us; we will automatically receive your SWV number from the office that sets them up. Thank you for your assistance in making this contract -writing process as quick and easy as possible! 8.Q.a Packet Pg. 291 8.Q.a SECII ON 1. GENERAL I NFORMAII ON 1.1 Grantee (Complete Legal Name) 1.2 Type of Organization 1.3 Statewide Vendor Number (if available) �1.4 Fiscal Year End (mm/dd) 1.5 UBI# (if available) 1.6 Project Street Address 1.7 Project Mailing Address 1.8 County (https://www.gps- coordinates.net) 1.9 Project GPS Coordinates (approximate center of where you will be working) 1.10 Project Jurisdiction (county, city, town) 1.11 Legislative District 1.12 Congressional District L 3 Which legislator(s) took the lead in introducing your appropriation? Authorized Person to Sign Contract Authorized Signatory Title Mailing Address (if different from project 1.14 mailing address above) Telephone Email ❑ Publicly -Owned ❑ Private Non -Profit ❑ Tribal ,WA - WA - Latitude (e.g., 45.3530) , Person Administering the Grant (once contract is signed) Mailing Address (if different from project 1.15 mailing address above) ' Telephone Email Are you able to utilize DocuSign to sign a ❑ 1.16 contract? Yes 1.17 Attorney Name, Firm & Address, if required on contract documents WA - ►, . ❑ No Longitude (e.g., 120.4510) Q Packet Pg. 292 8.Q.a SEGnON 2. PROJECT INFORMATION PROJECT DESCRIPTION 2.1 Please describe the project's anticipated use and public benefit. .2 Is this project part of a larger, phased project? If YES, explain how this phase fits in the ❑ YES ❑ NO overall project. 1 «6 ►1106 Do you have control of the project site either through ownership or through a long-term lease (at least 10 years)? If NO, please explain and include the date you expect to ❑ YES ❑ NO meet this condition. IMPORTANT: Site control is required before we can begin writing the contract. GOVERNOR B=CUTIVE ORDER 21-02 (EO 21-02) CULTURAL & HSTORICAL RESOURCES REVIEW (OR SECTION 106) Does your project involve pre -construction, land acquisition, ground disturbance, or construction or rehabilitation of a building over 45 years old? El Pre -Construction If YES and your project includes only state and local funds, you will need to go through the EO 21-02 review process. El Land Acquisition If NO, please explain. Does your project include federal funds? ❑ YES ❑ NO El Ground Disturbance If YES, you will need to go through the Section 106 review process. IMPORTANT: If EO 21-02 (or Section 106) applies to your project, you will need to Building Over 45 Years Old complete this review before we can execute the contract.' LEED (LEADERSHIP IN ENERGY AND ENVIRONMENTAL DESIGN) CERTIFlCAMON .5 Does your project include new construction or renovation of a building or facility? ❑ YES ❑ NO If YES, indicate if you entered the LEED certification process with the goal of your facility obtaining the silver standard. IMPORTANT: As part of your contracting process, you are required to complete a LEED Certification Declaration form. 2 ' The EO 21-02 requires recipients of state funds to consult with interested parties, i.e., Department of Archaeology and Historic Preservation, and Indian Tribes, prior to starting project construction. If your project funding includes federal funds, Section 106 (National Historic Preservation Act) will be required, which supersedes the EO 21-02 review. These consultations should take place as early as possible in order to avoid delays in starting your project. If you have questions regarding the cultural and historic resources process, please contact your project manager. 2 LEED is a certification program run by the U.S. Green Building Council. In 2005 the Washington State Legislature passed a law requiring all capital projects grant recipients to comply with the LEED standards (RCW 39.35D). The goal is for major construction or renovation projects receiving state funds to be built to the LEED silver standard where "practicable." Projects that fall under certain facility types and projects demonstrating that it would not "be practicable" to meet the LEED silver standard may qualify for a LEED exemption. Please refer to the attached LEED Certification Declaration form for more details. If you have questions regarding the LEED process, please contact your project manager. Q Packet Pg. 293 8.Q.a PREVAILING WAGE 6 If your project includes new construction or renovation, do you understand and acknowledge that you are required to pay state prevailing wages for all construction - related work as of the enacted date of the state capital budget including the project's ❑ YES appropriation. 2.7 Describe all the activities and deliverables needed to accomplish this project. IMPORTANT: Provide a description of the project along with the estimated start and end date. Your Scope of Work must correspond with your application or member request and will become part of your contract. Packet Pg. 294 8.Q.a ,8 ' Only complete the Project Costs table below if your budget is finalized. A list of eligible and ineligible costs is attached at the end of this survey. IMPORTANT: Your Total Project Costs must equal your Total Funding in Question 2.9. The cost categories must correspond with the activities listed on your Scope of Work. Please note that this is a reimbursement grant; only costs incurred after the date project funds were awarded will be reimbursed (July 1 of year appropriated). IMPORTANT: A finalized budget is required before we can begin writing the contract. IMPORTANT: Internal project management is NOT an eligible cost for reimbursement. Has the project incurred eligible costs prior to receiving the appropriation in the state capital budget? U Yes ❑ No If yes, please provide date costs were incurred and explain. Archeological/Historical Review Site Acquisition Architecture and Engineering Design Construction/Renovations Construction Management Demolition and Site Preparation Capitalized Equipment Other: Packet Pg. 295 8.Q.a PRQIECT FUNDING 2,9 CComplete the table below listing the amounts and funding sources for this project. State the status of your funding sources as follows: Committed: funds are considered committed if a formal notice of approval for the funds is in place from the funding source. Local Revenue must be in an approved budget or be appropriated by your council or commission to be considered committed. Attach documentation such as copies of award letters, council appropriations, etc. In -Hand: funds are considered in -hand if you have already received the funds. IMPORTANT: Your Total Project Funding must equal your Total Project Costs in Question 2.8. The Project Funding table will become part of your contract. You are required to have full funding for your project (or project phase) by either having the funds in -hand or by showing that the funds are committed. IMPORTANT: All project funding is required before we can begin writing the contract. Status Ir Amount (Committed or In -Hand) State Grant Department of Commerce $2,950,000 Committed Funds (eg. State, Federal, Local, Grants, Private, Loans) Total Other: 7 ANL,IIIL,"o�L,;GiIX� Are there contingencies that could change your answers to any of the questions above? If so, please briefly explain. For example: Proiect description. site control. scope of work. financina. etc. Packet Pg. 296 8.Q.a PROJECTIONS 3.0 I Please estimate how much of your award you plan to request during the upcoming quarters. This information is used for program budgeting purposes only and is not binding. Fiscal Year 2022 Q4 April 1 - June 30, 2022 Total Fiscal Year 2023 Q5 Jul 1 - September 30, 2022 Q6 October 1 - December 31, 2022 Q7 January 1 - March 31, 2023 Q8 April 1 — June 30, 2023 Total Fiscal Year 2024 Q1 Jul 1 - September 30, 2023 Q2 October 1 - December 31, 2023 Q3 January 1 - March 31, 2024 Q4 April 1 — June 30, 2024 Total Fiscal Year 2025 Q5 Jul 1 - September 30, 2024 Q6 October 1 - December 31, 2024 Q7 January 1 - March 31, 2025 Q8 April 1 — June 30, 2025 Total Packet Pg. 297 8.Q.a The Grantee certifies that: ■ The information and financial data provided in this document are true and correct to the best of their belief and knowledge and it is understood that Commerce staff may independently verify information, and that the discovery of incomplete, false, and/or misleading information is grounds for withholding awarded funds or termination of grant contract; ■ Records supporting the information provided in this document are on file and will be made available by the Grantee upon request; ■ There are no outstanding liens against this project; ■ There is currently no litigation in existence seeking to enjoin the commencement or completion of the above -described project; and • The Grantee intends to enter into a grant contract with the Department of Commerce, provided that the terms and conditions for a Department of Commerce grant are satisfactory to both parties. Signed: Name: Title: Phone Number: Date: Packet Pg. 298 Eligible Costs Ineligible Costs 8.Q.a Capital Budget funds may generally be used to pay for the following project expenses. ■ design, architectural, and engineering work; • building permits/fees; ■ archeological/historical review; ■ construction labor and materials; ■ demolition/site preparation; ■ capitalized equipment; ■ information technology infrastructure (cables and wiring); • construction management and observation (from external sources only)*; • initial furnishings**; ■ landscaping; ■ real property when purchased specifically for the project, and associated costs.*** The following costs are not eligible for reimbursement under this program: ■ internal administrative activities and staffing costs; • mortgage or loan payments; ■ project management (from any source)****; ■ fundraising activities; ■ feasibility studies; ■ computers or office equipment; ■ rolling stock (such as vehicles); ■ lease payments for rental of equipment or facilities; • any maintenance or operating costs; ■ property leases (including long- term leases) ■ the moving of equipment, furniture, etc., between facilities. * Construction management and observation is on -site management and/or supervision of the work site and workers thereon. This is an eligible project cost. Construction management does not include work typically performed by off -site consultants or consultant organizations, grant writers, project managers, or employees of the grantee, unless the employee is hired solely and specifically to perform on -site construction management as defined above and in accordance with the Office of Financial Management's 2017-2027 Capital Budget Instructions, Chapters 1.5 and 4.2. ** Furnishings and equipment are considered eligible project costs as long as the average useful life of the item purchased is 13 years or more. Costs directly associated with property acquisition include appraisal fees, title opinions, surveying fees, real estate fees, title transfer taxes, easements of record, and legal expenses. **** In no way shall funds be used to supplant or subsidize operating costs such as ordinary maintenance or administrative staff expenses Note: Please do not include operating costs in your project scope and budget. Packet Pg. 299 8.Q.a Insurance Requirements — Direct Appropriation Grant Insurance Requirements for Reimbursable Activities The GRANTEE will maintain appropriate insurance coverage throughout any period in which reimbursable activities are conducted. The intent of the required insurance is to protect the state of Washington should there be any claims, suits, actions, costs, damages or expenses arising from any loss, or negligent or intentional act or omission of the GRANTEE, or Subgrantee, or agents of either, while performing under the terms of this Grant. Additional Insurance Requirements During the Term of the Grant The GRANTEE shall provide proof to COMMERCE of the following insurance coverage as applicable Commercial General Liability Insurance Policy. Provide a Commercial General Liability Insurance Policy, including contractual liability, written on an occurrence basis, in adequate quantity to protect against legal liability related to this Grant but no less than $1,000,000 per occurrence. Additionally, the GRANTEE is responsible for ensuring that any Subgrantee/subcontractor provide adequate insurance coverage for the activities arising out of subgrants/subcontracts. Commercial General Liability Insurance coverage shall be maintained in full force and effect during the term of this Grant and throughout the commitment period described in Special Terms and Conditions Section 5, 15, and 16. Property Insurance. The GRANTEE shall keep the property insured in an amount sufficient to permit such insurance to be written at all times on a replacement cost basis. Such insurance shall cover the following hazards, as applicable: • Loss or damage by fire and such other risks; • Loss or damage from leakage or sprinkler systems now or hereafter installed in any building on the premises; • Loss or damage by explosion of steam boilers, pressure vessels, oil or gasoline storage tanks or similar apparatus now or hereafter installed in a building or building on the premises. Property Insurance coverage shall be maintained in full force and effect during the term of this Grant and throughout the commitment period described in Special Terms and Conditions Section 5, 15, and 16. Professional Liability, Errors and Omissions Insurance. If GRANTEE will be providing any professional services to be reimbursed under this Grant, the GRANTEE shall maintain Professional Liability or Errors and Omissions Insurance with minimum limits of no less than $1,000,000 per occurrence to cover all activities by the GRANTEE and licensed staff employed or under contract to the GRANTEE. The state of Washington, its agents, officers, and employees need not be named as additional insureds under this policy. Fidelity Insurance. Every officer, director, employee, or agent who is authorized to act on behalf of the GRANTEE for the purpose of receiving or depositing funds into program accounts or issuing financial documents, checks, or other instruments of payment for program costs shall be insured to provide protection against loss: A. The amount of fidelity coverage secured pursuant to this Grant shall be $2,000,000 or the highest of planned reimbursement for the Grant period, whichever is lowest. Fidelity insurance secured pursuant to this paragraph shall name COMMERCE as beneficiary. B. Subgrantees/subcontractors that receive $10,000 or more per year in funding through this Grant shall secure fidelity insurance as noted above. Fidelity insurance secured by Subgrantees/subcontractors pursuant to this paragraph shall name the GRANTEE and the GRANTEE's fiscal agent as beneficiary. C. Fidelity Insurance coverage shall be maintained in full force and effect during the term of this Grant. Packet Pg. 300 8.Q.a The insurance required shall be issued by an insurance company authorized to do business within the state of Washington. The insurance shall name the state of Washington, its agents, officers, and employees as additional insureds under the insurance policy. All policies shall be primary to any other valid and collectable insurance. The GRANTEE shall instruct the insurers to give COMMERCE thirty (30) calendar days advance notice of any insurance cancellation or modification. The GRANTEE shall provide to COMMERCE copies of insurance instruments or certifications from the insurance issuing agency. The copies or certifications shall show the insurance coverage, the designated beneficiary, who is covered, the amounts, the period of coverage, and that COMMERCE will be provided thirty (30) days advance written notice of cancellation. During the term of the Grant, the GRANTEE shall submit renewal certificates not less than thirty (30) calendar days prior to expiration of each policy required under this section. Professional Liability, Errors and Omissions Insurance. The GRANTEE shall require that any contractors providing professional services that are reimbursable under this Grant maintain Professional Liability or Errors and Omissions Insurance. The GRANTEE shall require such contractors to maintain minimum limits of no less than $1,000,000 per occurrence. The state of Washington, its agents, officers, and employees need not be named as additional insureds under these policies. GRANTEES and Local Governments that Participate in a Self -Insurance Program. Self-Insured/Liability Pool or Self -Insured Risk Management Program — With prior approval from COMMERCE, the GRANTEE may provide the coverage above under a self-insured/liability pool or self -insured risk management program. In order to obtain permission from COMMERCE, the GRANTEE shall provide: (1) a description of its self-insurance program, and (2) a certificate and/or letter of coverage that outlines coverage limits and deductibles. All self -insured risk management programs or self-insured/liability pool financial reports must comply with Generally Accepted Accounting Principles (GAAP) and adhere to accounting standards promulgated by: 1) Governmental Accounting Standards Board (GASB), 2) Financial Accounting Standards Board (FASB), and 3) the Washington State Auditor's annual instructions for financial reporting. GRANTEE's participating in joint risk pools shall maintain sufficient documentation to support the aggregate claim liability information reported on the balance sheet. The state of Washington, its agents, and employees need not be named as additional insured under a self -insured property/liability pool, if the pool is prohibited from naming third parties as additional insured. GRANTEE shall provide annually to COMMERCE a summary of coverages and a letter of self insurance, evidencing continued coverage under GRANTEE's self-insured/liability pool or self -insured risk management program. Such annual summary of coverage and letter of self insurance will be provided on the anniversary of the start date of this Agreement. Packet Pg. 301 8.Q.a Department of Commerce Innovation is in our nature. The LEED Certification Declaration Is Required of All Capital Budget Projects The 2005 Washington State Legislature passed a law that may require our grant recipients to comply with what has been termed "high- performance" or "green" building standards (RCW 39.35D). The goal is for major construction or renovation projects receiving state funds to be built to the LEED silver standard where "practicable." LEED (which stands for Leadership in Energy and Environmental Design) is a certification program run by the U.S. Green Building Council. According to the American Institute of Architects, high-performance buildings are cheaper to operate, save water and energy, and improve worker performance. These building principles offer the most savings when incorporated early in the design process. That's why we strongly encourage you to talk with your architect as soon as possible. The first issue you may wish to explore is whether your project is required to meet the LEED silver standard. The law offers two types of exemptions. Exemptlon 1: Facility types Four facility types are exempt: ■ acquisition -only projects; ■ new construction less than 5,000 gross square feet of occupied or conditioned space as defined by the Washington State Energy Code; ■ renovation projects whose costs are less than 50 percent of the facility's assessed value or are less than 5,000 gross square feet of occupied or conditioned space; or ■ facilities such as transmitter buildings; pumping stations; hospitals; research facilities primarily used for laboratory experimentation, research, or training in research methods; or similar building types. Exen"on 2: `Not practicable' We may exempt grantees who demonstrate that it would be "not practicable" for them to meet the LEED silver standard. However, we are not permitted to offer this solely because of cost- or timing -related issues. If your project (or the phase of the project you applied for) does not include any construction or renovation of a building or facility, you may request this exemption. If you are seeking a "not practicable" exemption, in the declaration form you will need to provide a rationale for your request (your architect may be helpful here). Packet Pg. 302 8.Q.a Department of Commerce Innovation is in our nature. LEED Certification Declaration Capital Budget Grant Programs Directions: All recipients of state Capital Budget grants are required to fill out this form Please type your responses in the electronic version of this fo74 and then have it signed by both your architect (if applicable) and the person who is authorized to sign contracts for your organization. Project Name: Organization: Date Submitted: 1.1 Does your project only involve a land acquisition and does not include any construction or renovation of a building or facility? If Yes, you are exempt and you may skip to Step 4 and sign the form Yes ❑ No ❑ 1.2 Does your project involve construction or major renovations to a project that does not include a structure or building (i.e. water distribution, sewer collection or transportation system)? Yes ❑ No ❑ 1.3 If your project is anew construction, is it less than 5,000 gross square feet of occupied or conditioned space'? Yes ❑ No ❑ If Yes, Mat is the square footage? 1.4 If your project is a renovation, is it less than 50 percent of the facility's assessed value2, or less than 5,000 gross square feet of occupied or conditioned space? Yes ❑ No ❑ If Yes, what is the renovation total budget? $ What is the facllitys assessed value? $ 1.5 Is your facility a transn itter building, pumping station, hospital, or research facllity3? Yes ❑ No ❑ Is it a sirrilar building type? Yes ❑ No ❑ If Yes, describe: You are exempt if you answered Yes to ANY question in Step 1. If you are exempt, you may skip Steps 2 and 3, but please fill out Step 4 and sign the form The Department of Commerce may exempt state Capital Budget grant awardees who derronstrate that it would not be practicable for them to meet the LEED silver standard. We are not permitted to offer this exemption solely because of cost or time constraints, but we may if: Goss square feet as defined by the Washington State Energy Code. z Assessed value includes the building and land. 3 Primarily used for sponsored laboratory experimentation, laboratory research, or laboratorytraining in research methods. Page 1 LEED Certification Declaration Packet Pg. 303 8.Q.a a. The project (or this phase of the project) does not involve the construction or renovation of a building or facility; b. A renovation is piecemeal in nature; and/or c. Unusual aspects of the building do not lend themselves to LEED standards. 2.1 Does your project (or this phase of the project) involve the construction or renovation of a building or facility? Yes ❑ No ❑ 2.2 Has design begun? Yes ❑ No ❑ If Yes, date design began: Percentage of pre -design or design complete: % Has construction begun? Yes ❑ No ❑ If Yes, date construction began: Percentage of construction complete: % 2.3 VUbuld you like to apply for this exemption? Yes ❑ No ❑ If Yes, please explain why. 3.1 Have you already entered the LEED certification process? Yes ❑ No ❑ As of what date? 3.2 If you answered No to 3.1, were you planning to enter the LEED certification process? Yes ❑ No ❑ 3.3 If you are entering the LEED process, what standard are you attempting to reach? Certified ❑ Silver ❑ Gold ❑ Platinum ❑ Grantee Representative's Name: Title: Signature Date: I "11ME Organization: Mailing Address: Project Location (if different from above): Applicant Architect's Name: Title: Signature: Date: The Grantee and its architect, by the above signatures, certify that all of the information provided in this LEED Certification Declaration is accurate and complete to the best of their knowledge. The Grantee understands that The Department of Commeroe staff may independently verify information provided, and that the discovery of incomplete, false, and/or misleading information is grounds for withholding awarded funds. Page 2 LEED Certification Dedaration Packet Pg. 304 8.R KENT WASH IN G T O N DATE: December 13, 2022 TO: Kent City Council SUBJECT: Reappointments to the Human Services Commission - Confirm MOTION: I move to confirm the Mayor's reappointments of Rickie Robinson and Connie Stolpp to 4-year terms on the Human Services Commission that will begin on January 1, 2023 and end on December 31, 2026. SUMMARY: An extensive recruitment process was conducted for applicants to serve on the City's Human Services Commission and included promotion on the City's webpage and a recruitment announcement sent directly to existing commission members. Staff reviewed the candidate applications and interviews were facilitated via Teams. Staff believes the candidates' perspectives and experiences would be an asset to the Human Services Commission and recommend the reappointments. Connie Stolpp is a resident of Kent and wishes to continue to serve her community by participating in helping make Kent a quality place both to live and work and give back to the community that she calls home. Connie participates in advisory boards and community meetings across the city showing her commitment and love for our community. This will be Connie's second four-year term. Rickie Robinson is a resident of Kent since 1993 and has experienced the extraordinary demographic changes that have taken place in our city over the past 40 years. Rickie worked for the King County Housing Authority for more than 30 years as a Community Services Administrator. Now retired, he continues to serve his community by participating in the Human Services Commission as a commissioner and chair offering his experience and commitment to our community as his primary attributes. This will be Rickie's second four-year term. BUDGET IMPACT: None. SUPPORTS STRATEGIC PLAN GOAL: Thriving City - Creating safe neighborhoods, healthy people, vibrant commercial districts, and inviting parks and recreation. Inclusive Community - Embracing our diversity and advancing equity through genuine community engagement. Packet Pg. 305 8.S KENT WASH IN G T O N DATE: December 13, 2022 TO: Kent City Council SUBJECT: Appointments to the Kent Bicycle Advisory Board - Confirm MOTION: I move to confirm appointments of Allison Hopstad and Tim Irwin to inaugural terms on the Kent Bicycle Advisory Board that will begin January 1, 2023 and end March 31, 2024. SUMMARY: Transportation staff worked with the Communications Department to advertise and recruit for two vacancies on the Kent Bicycle Advisory Board, previously held by Mack Middleton and Steve Bourke, and interviewed the only two responsive applicants. I am pleased to recommend appointments of Allison Hopstad and Tim Irwin for inaugural terms to the Kent Bicycle Advisory Board that will expire March 31, 2024. Allison Hopstad - Recommend Appointment to Position 11 (vacant) Allison has lived in Kent for 6 years and works in digital marketing and e- commerce. She rides mainly for recreation currently, but is very interested in creating a transportation system that is easy to use and equitable for all users and all modes. Allison has served in the local PTA and has been looking at different boards and commissions for a way to get more involved at the local level. She is very interested in safety and would like there to be more safe places for her and her children to ride together. She is also interested in installing more bike lockers at train stations, and having more secure bike parking, even standard racks, at schools and elsewhere in the City. Allison would serve an inaugural term ending 3/31/2024 and will be eligible for two full 3-year terms afterwards. Tim Irwin - Recommend Appointment to Position 2 (vacant) Tim has lived in Kent for 24 years and currently works as a software architect. He is an avid cyclist, logging thousands of miles each year, and has been cycling for many years. Most of his time on a bike is road riding where he pushes himself hard on long training rides on area roads. He has previously served 15 years as a leader in Boy Scouts of America and wants to continue to serve Kent and be part of the solution. Tim believes that small things can have a big impact like having shoulders of consistent width and regular maintenance. He would also like to help establish major east -west and north -south corridors in the City. Packet Pg. 306 8.S Tim would serve an inaugural term ending 3/31/2024 and be eligible for two full 3- year terms afterwards. BUDGET IMPACT: None. SUPPORTS STRATEGIC PLAN GOAL: Inclusive Community - Embracing our diversity and advancing equity through genuine community engagement. Packet Pg. 307 9.A KENT WASH IN G T O N DATE: December 13, 2022 TO: Kent City Council SUBJECT: Jail Food Services Agreement MOTION: SUMMARY: If needed, staff will make a presentation to Council for the jail food services agreement for 2023 and beyond. BUDGET IMPACT: Packet Pg. 308 10.A KENT DATE: December 13, 2022 TO: Kent City Council SUBJECT: South 240th Street and Russell Road Transportation Improvement Board Sidewalk Improvements Bid - Award MOTION: I move to award the South 240th Street and Russell Road Transportation Improvement Board Sidewalk Improvements Project to Active Construction Inc. in the amount of $1,943,943 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: This project will provide connections between Meeker Street, Hogan Park, the Green River Trail and The Lakes residential area. The project includes traffic calming on both Russel Road and S. 240th Street, as well as an overlay on portions of the Hogan Park parking lot. The project covers three segments as noted below: 1. 450 feet of bike lane, sidewalk and planter strip will be constructed on South 240th Street adjacent to the Kent Public Works Operations building. 2. 950 feet of the Russell Road shoulder adjacent to Hogan Park will be widened to accommodate a bike lane on the east side of Russell Road. In addition, 870 feet of sidewalk will be constructed on the west side of the Hogan Park parking. The middle entrance of Hogan Park includes a raised crosswalk for the new sidewalk. 3. South of Hogan Park on the east side of Russell Road the drainage ditch will be filled to construct 650 feet of shared use path/sidewalk connecting Hogan Park to Meeker St. This segment of the sidewalk will include pedestrian scale lighting and street trees. The bid opening for the South 240th Street and Russell Road Transportation Improvement Board Sidewalk Improvements Project was held on December 6, 2022 with nine bids received. The lowest responsible and responsive bid was submitted by Active Construction Inc. in the amount of $1,943,943. Bid Tab Summary 01. Active Construction Inc. $1,943,943.00 02. Reed Trucking & Excavating, Inc. $2,124,361.00 Packet Pg. 309 10.A 03. Fury Site Works, Inc. $2,128,143.89 04. Pacific Civil & Infrastructure $2,162,041.50 05. Tucci & Sons, Inc. $2,164,147.00 06. Rodarte Construction, Inc. $2,231,593.75 07. Marshbank Construction, Inc. $2,322,888.75 08. Northwest Cascade, Inc. $2,338,196.00 09. Olson Brothers Excavating, Inc. $2,488,229.50 Engineer's Estimate $2,382,735.00 BUDGET IMPACT: This project will utilize two Transportation Improvement Board grants totaling $1,543,000 with a City match of approximately $800,000. The Hogan Park overlay will be paid for using Kent Parks funds. SUPPORTS STRATEGIC PLAN GOAL: Evolvinq 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. 240th & Russell Sidewalks Bid Tab (PDF) Packet Pg. 310 10.A.a S. 240th Street and Russell Road 1 2 3 4 TIB Sidewalk Improvements Bid Opening: December 6, 2022, 11:00 AM Active Construction Inc. Reed Trucking & Excavating, Inc. Fury Site Works, Inc. Pacific Civil & Infrastructure C PO Box 430 2207 Inter Avenue, Suite A PO Box 2118 5124 180th Street E. C Disclaimer: These preliminary bid results are provided as a convenience to Puyallup, WA 98371 Puyallup, WA 98372 North Bend, WA 98045 Tacoma, WA 98446 contractors for informational purposes only and do not identify lowest p responsible bidder. Bid review by staff and final award pending. iZ U) TOTAL $1,943,943.00 $2,124,361.00 $2,128,143.89 $2,162,041.50 C ITEM DESCRIPTION QTY UNIT UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL NO. PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT a Q' SCHEDULE I: 240TH AND HOGAN PARK - 1000 Mobilization 1 LS 68,516.75 $68,516.75 93,000.00 $93,000.00 117,195.56 $117,195.56 97,000.00 $97,000.00 to 1005 Clearing and Grubbing 1 LS 11,000.00 $11,000.00 10,000.00 $10,000.00 29,517.45 $29,517.45 19,000.00 $19,000.00 y 3 1010 * Remove Existing Asphalt Concrete Pavement 1,600 SY 17.00 $27,200.00 12.00 $19,200.00 12.78 $20,448.00 18.00 $28,800.00 1020 Remove Cement Concrete Sidewalk 70 SY 29.00 $2,030.00 25.00 $1,750.00 33.59 $2,351.30 30.00 $2,100.00 1025 * Remove Cement Concrete Curb and Gutter 1,000 LF 11.50 $11,500.00 10.00 $10,000.00 9.68 $9,680.00 14.00 $14,000.00 R 1030 Remove Cement Concrete Extruded Curb 50 LF 11.50 $575.00 10.00 $500.00 4.01 $200.50 5.00 $250.00 U) 1040 Removal of Raised Pavement Markers and Painted and/or 1 LS 2,000.00 $2,000.00 2,000.00 $2,000.00 2,066.22 $2,066.22 1,750.00 $1,750.00 t Thermoolastic Traffic Markinas o 1045 Restore Existing Split Rail Fence 80 LF 22.00 $1,760.00 20.00 $1,600.00 30.50 $2,440.00 25.00 $2,000.00 CV 1050 * Saw Cut Existing Asphalt Concrete Pavement 2,600 LF 4.25 $11,050.00 6.00 $15,600.00 4.72 $12,272.00 3.00 $7,800.00 N 1055 * Saw Cut Existing Cement Concrete Pavement 50 LF 5.00 $250.00 10.00 $500.00 13.19 $659.50 9.60 $480.00 1060 * Roadway Excavation Incl. Haul 520 CY 51.00 $26,520.00 70.00 $36,400.00 58.47 $30,404.40 85.00 $44,200.00 00 1065 * Unsuitable Foundation Excavation Incl. Haul 50 CY 61.00 $3,050.00 50.00 $2,500.00 45.43 $2,271.50 85.00 $4,250.00 M 1075 * Gravel Borrow, Including Haul and Compaction 80 TON 60.00 $4,800.00 35.00 $2,800.00 59.82 $4,785.60 40.00 $3,200.00 1080 * Crushed Surfacing Top Course, 5/8 Inch Minus 320 TON 50.00 $16,000.00 60.00 $19,200.00 47.68 $15,257.60 65.00 $20,800.00 1086 * Crushed Surfacing Base Course, 1-1/4 Inch Minus 350 TON 50.00 $17,500.00 40.00 $14,000.00 47.69 $16,691.50 65.00 $22,750.00 H 1095 * HMA Class 1/2", PG 58V-22 620 TON 160.00 $99,200.00 160.00 $99,200.00 159.39 $98,821.80 143.00 $88,660.00 1105 Asphalt Cost Price Adjustment 1 CALC 10,000.00 $10,000.00 10,000.00 $10,000.00 10,000.00 $10,000.00 10,000.00 $10,000.00 m 1115 Rubblize and Compact Asphalt Concrete Pavement 650 SY 9.50 $6,175.00 7.00 $4,550.00 13.55 $8,807.50 10.00 $6,500.00 N 1120 * Speed Cushion 2 EA 2,775.00 $5,550.00 5,000.00 $10,000.00 5,608.32 $11,216.64 8,500.00 $17,000.00 1122 Raised Crosswalk 1 EA 8,750.00 $8,750.00 5,000.00 $5,000.00 5,726.39 $5,726.39 9,500.00 $9,500.00 1140 * Cement Concrete Driveway, 8 Inch Depth, Reinforced 380 SY 128.00 $48,640.00 120.00 $45,600.00 113.09 $42,974.20 110.00 $41,800.00 -0 1142 Remove and Replace Cement Concrete Splashpad, 8 Inch 1 EA 4,800.00 $4,800.00 500.00 $500.00 861.06 $861.06 975.00 $975.00 In Death, Reinforced 1145 * Cement Concrete Sidewalk 880 SY 72.00 $63,360.00 80.00 $70,400.00 62.56 $55,052.80 79.00 $69,520.00 N 1170 Cement Concrete Sidewalk Ramp Type Combination 1 EA 3,275.00 $3,275.00 3,000.00 $3,000.00 2,619.87 $2,619.87 2,150.00 $2,150.00 y 3 1175 Cement Concrete Sidewalk Ramp Type Single Direction A 2 EA 3,000.00 $6,000.00 2,800.00 $5,600.00 2,218.86 $4,437.72 1,800.00 $3,600.00 IY 1205 * Cement Concrete Curb and Gutter 1,300 LF 36.25 $47,125.00 32.00 $41,600.00 35.41 $46,033.00 46.00 $59,800.00 06 1211 Cement Concrete Parking Wheel Stop 85 EA 220.00 $18,700.00 215.00 $18,275.00 224.33 $19,068.05 190.00 $16,150.00 1212 Pedestrian Curb 80 LF 18.50 $1,480.00 32.00 $2,560.00 27.96 $2,236.80 24.00 $1,920.00 1215 * Remove and Replace Existing Wall 10 LF 50.00 $500.00 100.00 $1,000.00 434.33 $4,343.30 42.00 $420.00 N 1221 * Replace Existing Catch Basin Frame and Grate and Adjust 1 EA 1,350.00 $1,350.00 750.00 $750.00 1,029.90 $1,029.90 1,100.00 $1,100.00 to Finished Grade a> 1225 Replace Existing Manhole Circular Frame and Cover and 3 EA 950.00 $2,850.00 900.00 $2,700.00 1,266.83 $3,800.49 1,335.00 $4,005.00 E Adiust to Finished Grade 1229 Replace Existing Manhole Rectangular Frame and Cover 2 EA 1,050.00 $2,100.00 900.00 $1,800.00 1,032.13 $2,064.26 1,225.00 $2,450.00 R with Circular Frame and Cover and Adjust to Finished Q Grade 1230 * Replace Existing Valve Box Top Section and Lid 2 EA 630.00 $1,260.00 350.00 $700.00 880.44 $1,760.88 600.00 $1,200.00 1232 Adjust Existing Catch Basin Grate to Finished Grade 2 EA 545.00 $1,090.00 350.00 $700.00 748.05 $1,496.10 675.00 $1,350.00 1280 * Relocate Existing Sign 5 EA 340.00 $1,700.00 450.00 $2,250.00 293.31 $1,466.55 520.00 $2,600.00 1290 Relocate and Clean Existing Sign 1 EA 181.00 $181.00 450.00 $450.00 677.20 $677.20 520.00 311 Packet Pg. 10.A.a S. 240th Street and Russell Road 1 2 3 4 TIB Sidewalk Improvements Bid Opening: December 6, 2022, 11:00 AM Active Construction Inc. Reed Trucking & Excavating, Inc. Fury Site Works, Inc. Pacific Civil & Infrastructure C PO Box 430 2207 Inter Avenue, Suite A PO Box 2118 5124 180th Street E. C Disclaimer: These preliminary bid results are provided as a convenience to Puyallup, WA 98371 Puyallup, WA 98372 North Bend, WA 98045 Tacoma, WA 98446 contractors for informational purposes only and do not identify lowest p responsible bidder. Bid review by staff and final award pending. Q U) TOTAL $1,943,943.00 $2,124,361.00 $2,128,143.89 $2,162,041.50 C ITEM DESCRIPTION QTY UNIT UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL NO. PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT a 1292 * Permanent Signing on Existing Post 25 SF 80.00 $2,000.00 50.00 $1,250.00 118.07 $2,951.75 115.00 $2,875.00 IY 1295 * Permanent Signing Including Post and Foundation 55 SF 73.00 $4,015.00 80.00 $4,400.00 147.59 $8,117.45 126.00 $6,930.00 - 1297 * Pothole Utilities 10 EA 300.00 $3,000.00 300.00 $3,000.00 534.19 $5,341.90 880.00 $8,800.00 to 1300 *Remove Existing Water Service 2 EA 2,225.00 $4,450.00 800.00 $1,600.00 1,082.26 $2,164.52 175.00 $350.00 1310 Service Connection 1-1/2 Inch Diameter 1 EA 1,750.00 $1,750.00 1,700.00 $1,700.00 4,400.20 $4,400.20 2,175.00 $2,175.00 1315 * Service Connection 2 Inch Diameter 1 EA 2,150.00 $2,150.00 2,000.00 $2,000.00 2,807.98 $2,807.98 3,545.00 $3,545.00 1325 1-1/2 Inch Meter Setter 1 EA 1,950.00 $1,950.00 2,000.00 $2,000.00 1,344.74 $1,344.74 1,940.00 $1,940.00 fC 1330 * 2 Inch Meter Setter 1 EA 2,175.00 $2,175.00 2,500.00 $2,500.00 1,575.81 $1,575.81 2,150.00 $2,150.00 1340 * Meter Box for 1-1/2 to 2 Inch Diameter Service 2 EA 1,200.00 $2,400.00 1,200.00 $2,400.00 879.41 $1,758.82 745.00 $1,490.00 t 1400 * Ductile Iron Storm Sewer Pipe, 12 Inch Diameter Class 50 430 LF 106.50 $45,795.00 80.00 $34,400.00 140.38 $60,363.40 93.00 $39,990.00 1401 * Ductile Iron Storm Sewer Pipe, 8 Inch Diameter Class 50 85 LF 70.75 $6,013.75 60.00 $5,100.00 110.84 $9,421.40 65.00 $5,525.00 cV 1405 Remove Existing Catch Basin or Manhole 1 EA 625.00 $625.00 600.00 $600.00 1,654.19 $1,654.19 300.00 $300.00 N 1407 * Remove Existing Storm Sewer Pipe or Culvert 280 LF 84.00 $23,520.00 20.00 $5,600.00 23.59 $6,605.20 19.00 $5,320.00 1410 * Catch Basin, Type 1 9 EA 1,600.00 $14,400.00 1,700.00 $15,300.00 2,745.44 $24,708.96 1,735.00 $15,615.00 M 1425 * Vaned Catch Basin Frame and Grate 9 EA 700.00 $6,300.00 400.00 $3,600.00 700.15 $6,301.35 730.00 $6,570.00 Cl) 1430 * Catch Basin Rectangular Frame and Solid Cover 2 EA 700.00 $1,400.00 400.00 $800.00 700.49 $1,400.98 1,085.00 $2,170.00 .. 1440 * Pipe Zone Bedding 180 TON 40.00 $7,200.00 35.00 $6,300.00 29.52 $5,313.60 41.00 $7,380.00 1445 * Bank Run Gravel for Trench Backfill 350 TON 33.75 $11,812.50 35.00 $12,250.00 29.52 $10,332.00 38.00 $13,300.00 1455 * Foundation Material, Class I and II 50 TON 39.00 $1,950.00 50.00 $2,500.00 29.52 $1,476.00 51.00 $2,550.00 1505 * Traffic Control Labor 1,250 HR 74.00 $92,500.00 70.00 1.00 $1,250.00 64.70 $80,875.00 100$87,500.00 1510 * Traffic Control Supervisor 450 HR 74.00 $33,300.00 80.00 $36,000.00 70.65 $31,792.50 68.60 $30,870.00 1520 Temporary Traffic Control Devices 1 LS 6,450.00 $6,450.00 25,000.00 $25,000.00 3,069.81 $3,069.81 2,500.00 $2,500.00 3 1530 * Portable Changeable Message Sign (PCMS) 80 DAY 125.00 $10,000.00 100.00 $8,000.00 147.59 $11,807.20 50.00 $4,000.00 (D 1540 * Construction Signs Class A 300 SF 21.00 $6,300.00 25.00 $7,500.00 11.81 $3,543.00 50.00 $15,000.00 2 1545 * Temporary Pavement Marking - Short Duration 1,000 LF 0.25 $250.00 1.00 $1,000.00 1.50 $1,500.00 2.00 $2,000.00 U) 1595 Plastic Bike Dashed Lane Line 170 LF 23.00 $3,910.00 25.00 $4,250.00 23.61 $4,013.70 20.00 $3,400.00 m 1600 Plastic Bike Lane Line 1,400 LF 7.00 $9,800.00 7.00 $9,800.00 7.08 $9,912.00 6.00 $8,400.00 N 1615 Plastic Crosswalk Line 100 SF 18.00 $1,800.00 22.00 $2,200.00 17.71 $1,771.00 15.50 $1,550.00 1625 * Plastic Stop Line (24 Inch Wide) 60 LF 34.75 $2,085.00 40.00 $2,400.00 35.42 $2,125.20 30.00 $1,800.00 od 1630 Plastic Bicycle Lane Symbol with Arrow 5 EA 750.00 $3,750.00 725.00 $3,625.00 767.45 $3,837.25 650.00 $3,250.00 1800 * Inlet Protection 14 EA 85.00 $1,190.00 100.00 $1,400.00 153.34 $2,146.76 70.00 $980.00 +� 1810 * ESC Lead 80 HR 1.00 $80.00 25.00 $2,000.00 82.44 $6,595.20 10.00 $800.00 N 1815 * Street Cleaning 50 HR 160.00 $8,000.00 150.00 $7,500.00 177.10 $8,855.00 175.00 $8,750.00 1817 Plant Selection, Archtostaphylus uva ursi, 1 Gal 60 EA 15.00 $900.00 30.00 $1,800.00 29.52 $1,771.20 23.20 $1,392.00 1819 Plant Selection, Cornus sanguinea 'Anny's Winter Orange,' 50 EA 56.50 $2,825.00 115.00 $5,750.00 70.84 $3,542.00 94.50 $4,725.00 E 3 Gal t 1820 Plant Selection, Dechampsia cespitosa, 1 Gal 130 EA 15.00 $1,950.00 28.00 $3,640.00 35.42 $4,604.60 21.00 $2,730.00 v 1821 Plant Selection, Fothergilla gardenii, 3 Gal 15 EA 48.50 $727.50 100.00 $1,500.00 70.84 $1,062.60 79.00 $1,185.00 1822 Plant Selection, Geranium x 'Rozanne,' 1 Gal 10 EA 21.00 $210.00 32.00 $320.00 30.70 $307.00 25.00 $250.00 Q 1823 Plant Selection, Rubus calycinoides, 1 Gal 100 EA 16.50 $1,650.00 30.00 $3,000.00 29.52 $2,952.00 22.00 $2,200.00 1825 Plant Selection, Quercus Rubra (Red Oak Tree), B&B, 2" 1 EA 500.00 $500.00 1,300.00 $1,300.00 826.49 $826.49 1,090.00 $1,090.00 caliper 1827 Landscape Restoration 1 FA 5,000.00 $5,000.00 5,000.00 $5,000.00 5,000.00 $5,000.00 5,000.00 3172 Packet Pg. 10.A.a S. 240th Street and Russell Road 1 2 3 4 TIB Sidewalk Improvements Bid Opening: December 6, 2022, 11:00 AM Active Construction Inc. Reed Trucking & Excavating, Inc. Fury Site Works, Inc. Pacific Civil & Infrastructure C PO Box 430 2207 Inter Avenue, Suite A PO Box 2118 5124 180th Street E. C Disclaimer: These preliminary bid results are provided as a convenience to Puyallup, WA 98371 Puyallup, WA 98372 North Bend, WA 98045 Tacoma, WA 98446 contractors for informational purposes only and do not identify lowest 0 responsible bidder. Bid review by staff and final award pending. Q U) TOTAL $1,943,943.00 $2,124,361.00 $2,128,143.89 $2,162,041.50 C ITEM DESCRIPTION QTY UNIT UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL NO. PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT a 1830 * Seeding, Fertilizing, and Mulching 0.25 AC 10,775.00 $2,693.75 15,000.00 $3,750.00 12,857.80 $3,214.45 12,120.00 $3,030.00 1835 * Topsoil Type A 50 CY 54.00 $2,700.00 80.00 $4,000.00 70.84 $3,542.00 70.50 $3,525.00 - 1837 Topsoil Type B 150 CY 55.00 $8,250.00 30.00 $4,500.00 59.03 $8,854.50 5.00 $750.00 to 1840 *Wood Chip Mulch 50 CY 58.00 $2,900.00 80.00 $4,000.00 64.94 $3,247.00 71.00 $3,550.00 1842 Existing Irrigation Systems Repair and/or Relocation 1 FA 10,000.00 $10,000.00 10,000.00 $10,000.00 10,000.00 $10,000.00 10,000.00 $10,000.00 1850 Erosion/Water Pollution Control 1 FA 10,000.00 $10,000.00 10,000.00 $10,000.00 10,000.00 $10,000.00 10,000.00 $10,000.00 13 1855 SPCC Plan 1 LS 150.00 $150.00 500.00 $500.00 295.17 $295.17 2,500.00 $2,500.00 R 1880 Project Sign 1 EA 950.00 $950.00 1,200.00 $1,200.00 531.31 $531.31 2,100.00 $2,100.00 t SCHEDULE I TOTAL $911,565.25 $921,420.00 $900,744.83 $956,777.00 CV SCHEDULE II: RUSSELL ROAD - HOGAN TO MEEKER SIDEWALK N 2000 Mobilization 1 LS 2,500.00 $2,500.00 80,000.00 $80,000.00 120,983.95 $120,983.95 92,000.00 $92,000.00 2005 Clearing and Grubbing 1 LS 6,650.00 $6,650.00 5,000.00 $5,000.00 17,710.47 $17,710.47 15,000.00 $15,000.00 0000 2010 * Remove Existing Asphalt Concrete Pavement 1,500 SY 17.00 $25,500.00 12.00 $18,000.00 12.78 $19,170.00 18.00 $27,000.00 M 2025 * Remove Cement Concrete Curb and Gutter 125 LF 11.50 $1,437.50 10.00 $1,250.00 9.68 $1,210.00 14.00 $1,750.00 .. 2040 Removal of Raised Pavement Markers and Painted and/or 1 LS 5,200.00 $5,200.00 2,000.00 $2,000.00 5,313.14 $5,313.14 4,500.00 $4,500.00 Thermoolastic Traffic Markinas 2050 * Saw Cut Existing Asphalt Concrete Pavement 1,100 LF 4.25 $4,675.00 6.00 $6,600.00 4.72 $5,192.00 3.00 $3,300.00 2055 * Saw Cut Existing Cement Concrete Pavement 50 LF 5.00 $250.00 10.00 $500.00 13.19 $659.50 10.00 $500.00 m 2060 * Roadway Excavation Incl. Haul 200 CY 51.00 $10,200.00 70.00 $14,000.00 58.47 $11,694.00 85.00 $17,000.00 2065 * Unsuitable Foundation Excavation Incl. Haul 50 CY 61.00 $3,050.00 50.00 $2,500.00 45.43 $2,271.50 85.00 $4,250.00 2075 * Gravel Borrow, Including Haul and Compaction 420 TON 60.00 $25,200.00 35.00 $14,700.00 59.82 $25,124.40 40.00 $16,800.00 2080 * Crushed Surfacing Top Course, 5/8 Inch Minus 450 TON 50.00 $22,500.00 60.00 $27,000.00 47.68 $21,456.00 65.00 $29,250.00 -a 2086 * Crushed Surfacing Base Course, 1-1/4 Inch Minus 380 TON 50.00 $19,000.00 40.00 $15,200.00 47.69 $18,122.20 65.00 $24,700.00 In 2095 * HMA Class 1/2", PG 58V-22 290 TON 160.00 $46,400.00 160.00 $46,400.00 159.39 $46,223.10 143.00 $41,470.00 2105 Asphalt Cost Price Adjustment 1 CALC 10,000.00 $10,000.00 10,000.00 $10,000.00 10,000.00 $10,000.00 10,000.00 $10,000.00 N 2120 * Speed Cushion 1 EA 2,775.00 $2,775.00 5,000.00 $5,000.00 5,608.32 $5,608.32 8,500.00 $8,500.00 7 2140 * Cement Concrete Driveway, 8 Inch Depth, Reinforced 450 SY 128.00 $57,600.00 120.00 $54,000.00 113.09 $50,890.50 110.00 $49,500.00 2145 * Cement Concrete Sidewalk 500 SY 72.00 $36,000.00 80.00 $40,000.00 62.56 $31,280.00 79.00 $39,500.00 06 2205 * Cement Concrete Curb and Gutter 410 LF 36.25 $14,862.50 32.00 $13,120.00 35.41 $14,518.10 46.00 $18,860.00 2210 Cement Concrete Extruded Curb 200 LF 29.50 $5,900.00 32.00 $6,400.00 30.11 $6,022.00 25.50 $5,100.00 2215 * Remove and Replace Existing Wall 10 LF 50.00 $500.00 100.00 $1,000.00 434.33 $4,343.30 42.00 $420.00 N 2221 * Replace Existing Catch Basin Frame and Grate and Adjust 2 EA 1,350.00 $2,700.00 750.00 $1,500.00 1,029.90 $2,059.80 1,100.00 $2,200.00 to Finished Grade 2230 Raise and Replace Existing Valve Box Top Section and Lid 4 EA 630.00 $2,520.00 350.00 $1,400.00 880.44 $3,521.76 600.00 $2,400.00 t 2235 Adjust Existing Meter Box to Finished Grade 1 EA 545.00 $545.00 350.00 $350.00 659.49 $659.49 464.00 $464.00cc c) 2290 * Relocate Existing Sign 4 EA 340.00 $1,360.00 450.00 $1,800.00 293.31 $1,173.24 520.00 $2,080.00 2292 * Permanent Signing on Existing Post 10 SF 80.00 $800.00 50.00 $500.00 118.07 $1,180.70 115.00 $1,150.00 Q 2295 * Permanent Signing Including Post and Foundation 13 SF 73.00 $949.00 80.00 $1,040.00 147.59 $1,918.67 126.00 $1,638.00 2297 * Pothole Utilities 15 EA 300.00 $4,500.00 300.00 $4,500.00 534.19 $8,012.85 880.00 $13,200.00 2300 * Remove Existing Water Service 2 EA 2,225.00 $4,450.00 800.00 $1,600.00 1,082.26 $2,164.52 225.00 $450.00 2305 Service Connection 3/4 Inch Diameter 1 EA 1,445.00 $1,445.00 1,500.00 $1,500.00 2,099.56 $2,099.56 1,790.00 313 Packet Pg. 10.A.a S. 240th Street and Russell Road 1 2 3 4 TIB Sidewalk Improvements Bid Opening: December 6, 2022, 11:00 AM Active Construction Inc. Reed Trucking & Excavating, Inc. Fury Site Works, Inc. Pacific Civil & Infrastructure C PO Box 430 2207 Inter Avenue, Suite A PO Box 2118 5124 180th Street E. C Disclaimer: These preliminary bid results are provided as a convenience to Puyallup, WA 98371 Puyallup, WA 98372 North Bend, WA 98045 Tacoma, WA 98446 contractors for informational purposes only and do not identify lowest 0 responsible bidder. Bid review by staff and final award pending. Q U) TOTAL $1,943,943.00 $2,124,361.00 $2,128,143.89 $2,162,041.50 C ITEM DESCRIPTION QTY UNIT UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL NO. PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT a 2315 * Service Connection 2 Inch Diameter 1 EA 2,150.00 $2,150.00 2,000.00 $2,000.00 2,807.98 $2,807.98 3,545.00 $3,545.00 2320 3/4Inch Meter Setter 1 EA 635.00 $635.00 1,300.00 $1,300.00 390.39 $390.39 1,045.00 $1,045.00 - 2330 * 2 Inch Meter Setter 1 EA 2,175.00 $2,175.00 2,500.00 $2,500.00 1,575.81 $1,575.81 2,150.00 $2,150.00 to 2335 Meter Box for 3/4 Inch Diameter Service 1 EA 650.00 $650.00 1,200.00 $1,200.00 416.79 $416.79 390.00 $390.00 U)3 2340 * Meter Box for 1-1/2 to 2 Inch Diameter Service 1 EA 1,200.00 $1,200.00 1,200.00 $1,200.00 879.41 $879.41 745.00 $745.00 2348 Remove Existing Hydrant Assembly 1 EA 1,200.00 $1,200.00 2,000.00 $2,000.00 1,792.58 $1,792.58 3,520.00 $3,520.00 2350 Hydrant Assembly 1 EA 15,700.00 $15,700.00 12,000.00 $12,000.00 13,670.41 $13,670.41 15,280.00 $15,280.00 R 2400 * Ductile Iron Storm Sewer Pipe, 12 Inch Diameter Class 50 425 LF 106.50 $45,262.50 80.00 $34,000.00 140.38 $59,661.50 93.00 $39,525.00 2401 * Ductile Iron Storm Sewer Pipe, 8 Inch Diameter Class 50 155 LF 70.75 $10,966.25 60.00 $9,300.00 110.84 $17,180.20 65.00 $10,075.00 t 2402 Storm Sewer Pipe, 12 Inch Diameter 160 LF 67.00 $10,720.00 75.00 $12,000.00 119.07 $19,051.20 114.00 $18,240.00 2405 Abandon Existing Storm Sewer Pipe 4 EA 1,120.00 $4,480.00 500.00 $2,000.00 1,509.22 $6,036.88 130.00 $520.00 cV 2406 Abandon and Fill Existing Storm Sewer Pipe 32 LF 95.00 $3,040.00 75.00 $2,400.00 67.64 $2,164.48 71.00 $2,272.00 N 2407 * Remove Existing Storm Sewer Pipe or Culvert 15 LF 84.00 $1,260.00 20.00 $300.00 23.59 $353.85 19.00 $285.00 2410 * Catch Basin, Type 1 10 EA 1,600.00 $16,000.00 1,700.00 $17,000.00 2,745.44 $27,454.40 1,735.00 $17,350.00 0000 2415 Catch Basin, Type 2, 48 Inch Diameter 1 EA 4,000.00 $4,000.00 3,800.00 $3,800.00 5,852.80 $5,852.80 4,250.00 $4,250.00 Cl) 2420 Bi-Directional Vaned Catch Basin Frame and Grate 4 EA 700.00 $2,800.00 400.00 $1,600.00 452.85 $1,811.40 1,145.00 $4,580.00 .. 2425 * Vaned Catch Basin Frame and Grate 2 EA 700.00 $1,400.00 400.00 $800.00 700.15 $1,400.30 730.00 $1,460.00 tC 2430 * Catch Basin Rectangular Frame and Solid Cover 3 EA 700.00 $2,100.00 400.00 $1,200.00 700.49 $2,101.47 1,085.00 $3,255.00 2435 Manhole Circular Frame and Cover 2 EA 800.00 $1,600.00 500.00 $1,000.00 637.15 $1,274.30 1,400.00 $2,800.00 2440 Shoring or Extra Excavation Class B 1,200 SF 0.10 $120.00 2.00 $2,400.00 2.58 $3,096.00 5.00 $6,000.00 m 2445 * Pipe Zone Bedding 320 TON 40.00 $12,800.00 35.00 $11,200.00 29.52 $9,446.40 41.00 $13,120.00 2450 * Bank Run Gravel for Trench Backfill 450 TON 33.75 $15,187.50 35.00 $15,750.00 29.52 $13,284.00 38.00 $17,100.00 3 2455 *Foundation Material, Class I and II 50 TON 39.00 $1,950.00 50.00 $2,500.00 29.52 $1,476.00 51.00 $2,550.00 (D 2500 Uniformed Off -Duty Police Officer 100 HR 95.00 $9,500.00 125.00 $12,500.00 147.59 $14,759.00 125.00 $12,500.00 2 2505 * Traffic Control Labor 1,450 HR 74.00 $107,300.00 70.00 $101,500.00 1.00 $1,450.00 64.70 $93,815.00 U) 2510 * Traffic Control Supervisor 500 HR 74.00 $37,000.00 80.00 $40,000.00 70.65 $35,325.00 68.60 $34,300.00 a) 2520 Temporary Traffic Control Devices 1 LS 7,600.00 $7,600.00 15,000.00 $15,000.00 2,951.75 $2,951.75 2,500.00 $2,500.00 N 2530 * Portable Changeable Message Sign (PCMS) 80 DAY 125.00 $10,000.00 100.00 $8,000.00 147.59 $11,807.20 50.00 $4,000.00 2540 * Construction Signs Class A 500 SF 21.00 $10,500.00 25.00 $12,500.00 11.81 $5,905.00 50.00 $25,000.00 06 2545 * Temporary Pavement Marking - Short Duration 1,800 LF 0.25 $450.00 1.00 $1,800.00 1.50 $2,700.00 0.24 $432.00 2580 Raised Pavement Marker Type 2 0.5 HUND 2,600.00 $1,300.00 2,500.00 $1,250.00 2,656.58 $1,328.29 2,250.00 $1,125.00 c 2585 * Parking Paint Stripe 100 LF 2.25 $225.00 2.50 $250.00 2.36 $236.00 2.00 $200.00 N 2600 Profiled Plastic Wide Line 80 LF 28.50 $2,280.00 32.00 $2,560.00 28.93 $2,314.40 24.50 $1,960.00 2625 * Plastic Stop Line (24 Inch Wide) 25 LF 34.75 $868.75 40.00 $1,000.00 35.42 $885.50 30.00 $750.00 2630 Painted Traffic Letter 1 EA 875.00 $875.00 900.00 $900.00 885.52 $885.52 750.00 $750.00 E 2640 Plastic Traffic Arrow 2 EA 985.00 $1,970.00 1,000.00 $2,000.00 1,003.60 $2,007.20 850.00 $1,700.00 v 2660 * Painting Curb 115 LF 1.75 $201.25 2.00 $230.00 1.77 $203.55 1.50 $172.50 R 2670 Profiled Plastic Double Yellow Centerline 690 LF 17.50 $12,075.00 20.00 $13,800.00 17.71 $12,219.90 15.00 $10,350.00 Q 2680 Single Solid Plastic Edge Line 550 LF 7.50 $4,125.00 80.00 $44,000.00 7.67 $4,218.50 6.50 $3,575.00 2700 Pedestrian Lighting 4 EA 10,800.00 $43,200.00 13,000.00 $52,000.00 12,963.61 $51,854.44 12,500.00 $50,000.00 2710 6 Foot Diameter Traffic Loop 2 EA 3,050.00 $6,100.00 3,000.00 $6,000.00 2,702.48 $5,404.96 2,700.00 $5,400.00 2730 Junction Box, Type 1 4 EA 1,225.00 $4,900.00 1,500.00 $6,000.00 2,360.24 $9,440.96 1,100.00 $4,400.00 314 2732 Junction Box, Type 2 1 EA 2,275.00 $2,275.00 2,400.00 $2,400.00 2,914.90 $2,914.90 1,800.00 Packet Pg. 10.A.a S. 240th Street and Russell Road TIB Sidewalk Improvements Bid Opening: December 6, 2022, 11:00 AM Disclaimer: These preliminary bid results are provided as a convenience to contractors for informational purposes only and do not identify lowest responsible bidder. Bid review by staff and final award pending. TOTAL 1 Active Construction Inc. PO Box 430 Puyallup, WA 98371 $1,943,943.00 2 Reed Trucking & Excavating, Inc. 2207 Inter Avenue, Suite A Puyallup, WA 98372 $2,124,361.00 3 Fury Site Works, Inc. PO Box 2118 North Bend, WA 98045 $2,128,143.89 4 Pacific Civil & Infrastructure 5124 180th Street E. Tacoma, WA 98446 $2,162,041.50 ITEM DESCRIPTION QTY UNIT UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL NO. PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT 2740 Supply and Install 2 Inch Diameter Schedule 80 PVC 1,400 LF 17.75 $24,850.00 25.00 $35,000.00 26.32 $36,848.00 15.40 $21,560.00 Conduit 2750 Illumination Wire - 6/3 BLACK STRANDED AL ERSKINE 630 LF 5.75 $3,622.50 7.00 $4,410.00 15.34 $9,664.20 5.00 $3,150.00 URD TRIPLEX CABLE 2760 Sand for Conduit Bedding 50 TON 46.00 $2,300.00 100.00 $5,000.00 56.76 $2,838.00 40.00 $2,000.00 2800 * Inlet Protection 5 EA 85.00 $425.00 100.00 $500.00 153.34 $766.70 70.00 $350.00 2810 * ESC Lead 100 HR 1.00 $100.00 25.00 $2,500.00 82.44 $8,244.00 10.00 $1,000.00 2815 * Street Cleaning 80 HR 160.00 $12,800.00 150.00 $12,000.00 177.10 $14,168.00 175.00 $14,000.00 2820 Street Tree Frame and Grate, Planting and Staking 6 EA 520.00 $3,120.00 3,200.00 $19,200.00 6,090.70 $36,544.20 2,760.00 $16,560.00 2822 Street Tree (No Grate), Planting and Staking 1 EA 150.00 $150.00 1,500.00 $1,500.00 2,125.26 $2,125.26 1,235.00 $1,235.00 2827 Landscape Restoration 1 FA 5,000.00 $5,000.00 5,000.00 $5,000.00 5,000.00 $5,000.00 5,000.00 $5,000.00 2830 * Seeding, Fertilizing, and Mulching 0.10 AC 10,775.00 $1,077.50 15,000.00 $1,500.00 12,857.80 $1,285.78 12,120.00 $1,212.00 2835 * Topsoil Type A 100 CY 54.00 $5,400.00 80.00 $8,000.00 70.84 $7,084.00 70.50 $7,050.00 2840 * Wood Chip Mulch 20 CY 58.00 $1,160.00 80.00 $1,600.00 64.94 $1,298.80 71.00 $1,420.00 2845 Existing Irrigation Systems Repair and/or Relocation 1 FA 1,000.00 $1,000.00 1,000.00 $1,000.00 1,000.00 $1,000.00 1,000.00 $1,000.00 2850 Erosion/Water Pollution Control 1 FA 10,000.00 $10,000.00 10,000.00 $10,000.00 10,000.00 $10,000.00 10,000.00 $10,000.00 2855 SPCC Plan 1 LS 520.00 $520.00 500.00 $500.00 295.17 $295.17 1,600.00 $1,600.00 SCHEDULE II TOTAL $811,135.25 $947,710.00 $939,735.80 $946,695.50 SCHEDULE III: HOGAN PARK OVERLAY - NON -ELIGIBLE 3000 Mobilization 1 LS 9,000.00 $9,000.00 20,000.00 $20,000.00 30,032.21 $30,032.21 25,000.00 $25,000.00 3010 * Remove Existing Asphalt Concrete Pavement 130 SY 17.00 $2,210.00 12.00 $1,560.00 12.78 $1,661.40 18.00 $2,340.00 3060 * Roadway Excavation Incl. Haul 50 CY 51.00 $2,550.00 70.00 $3,500.00 58.47 $2,923.50 85.00 $4,250.00 3065 * Unsuitable Foundation Excavation Incl. Haul 10 CY 61.00 $610.00 50.00 $500.00 45.43 $454.30 85.00 $850.00 3075 * Gravel Borrow, Including Haul and Compaction 50 TON 60.00 $3,000.00 35.00 $1,750.00 59.82 $2,991.00 40.00 $2,000.00 3080 * Crushed Surfacing Top Course, 5/8 Inch Minus 50 TON 50.00 $2,500.00 60.00 $3,000.00 47.68 $2,384.00 65.00 $3,250.00 3095 HMA Class 1/2", PG 58V-22 for Full Width Overlay 1,100 TON 125.00 $137,500.00 140.00 $154,000.00 159.39 $175,329.00 143.00 $157,300.00 3105 Asphalt Cost Price Adjustment 1 CALC 10,000.00 $10,000.00 10,000.00 $10,000.00 10,000.00 $10,000.00 10,000.00 $10,000.00 3110 * Planing Bituminous Pavement 1,000 SY 10.50 $10,500.00 10.00 $10,000.00 13.21 $13,210.00 9.00 $9,000.00 3115 Asphalt Interlay Fabric 2,050 SY 6.00 $12,300.00 10.00 $20,500.00 11.52 $23,616.00 9.00 $18,450.00 3120 PG Tack for Pavement Reinforcement 410 GAL 1.25 $512.50 2.00 $820.00 2.36 $967.60 1.50 $615.00 3505 * Traffic Control Labor 100 HR 74.00 $7,400.00 70.00 $7,000.00 1.00 $100.00 64.70 $6,470.00 3510 * Traffic Control Supervisor 40 HR 74.00 $2,960.00 80.00 $3,200.00 70.65 $2,826.00 68.60 $2,744.00 3520 Temporary Traffic Control Devices 1 LS 2,400.00 $2,400.00 1.00 $1.00 2,951.75 $2,951.75 100.00 $100.00 3585 * Parking Paint Stripe 3,200 LF 2.25 $7,200.00 2.50 $8,000.00 2.36 $7,552.00 2.00 $6,400.00 3655 Handicap Parking Symbol 5 EA 175.00 $875.00 200.00 $1,000.00 177.10 $885.50 150.00 $750.00 3660 * Painting Curb 2,700 LF 1.75 $4,725.00 2.00 $5,400.00 1.77 $4,779.00 1.50 $4,050.00 3850 Erosion/Water Pollution Control 1 FA 5,000.00 $5,000.00 5,000.00 $5,000.00 5,000.00 $5,000.00 5,000.00 $5,000.00 SCHEDULE III TOTAL $221,242.50 $255,231.00 $287,663.26 $258,569.00 M 0 0 M M H m N R 3 aD 07 a) N 7 06 t 0 N C E t c,> R a Packet Pg. 315 10.A.a S. 240th Street and Russell Road 1 2 3 4 TIB Sidewalk Improvements Bid Opening: December 6, 2022, 11:00 AM Active Construction Inc. Reed Trucking & Excavating, Inc. Fury Site Works, Inc. Pacific Civil & Infrastructure PO Box 430 2207 Inter Avenue, Suite A PO Box 2118 5124 180th Street E. Disclaimer: These preliminary bid results are provided as a convenience to Puyallup, WA 98371 Puyallup, WA 98372 North Bend, WA 98045 Tacoma, WA 98446 contractors for informational purposes only and do not identify lowest responsible bidder. Bid review by staff and final award pending. TOTAL $1,943,943.00 $2,124, 361.00 $2,128,143.89 $2,162,041.50 ITEM DESCRIPTION QTY UNIT UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL NO. PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT SUMMARY: SCHEDULE I TOTAL $911,565.25 $921,420.00 $900,744.83 $956,777.00 SCHEDULE II TOTAL $811,135.25 $947,710.00 $939,735.80 $946,695.50 SCHEDULE III TOTAL $221,242.50 $255,231.00 $287,663.26 $258,569.00 CONSTRUCTION CONTRACT TOTAL $1,943,943.00 $2,124,361.00 $2,128,143.89 $2,162,041.50 r+ Q Packet Pg. 316 10.A.a S. 240th Street and Russell Road 5 6 7 8 TIB Sidewalk Improvements Bid Opening: December 6, 2022, 11:00 AM Tucci & Sons, Inc. Rodarte Construction, Inc. Marshbank Construction, Inc. Northwest Cascade, Inc. C 4224 Waller Road 17 East Valley Highway E. PO Box 97 PO Box 73399 O Disclaimer: These preliminary bid results are provided as a convenience to Tacoma, WA 98443-1623 Auburn, WA 98092 Lake Stevens, WA 98258 Puyallup, WA 98373 M contractors for informational purposes only and do not identify lowest O responsible bidder. Bid review by staff and final award pending. rL TOTAL $2,164,147.00 $2,231,593.75 $2,322,888.75 $2,338,196.00 ITEM DESCRIPTION QTY UNIT UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL NO. PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT I .a SCHEDULE I: 240TH AND HOGAN PARK - 1000 Mobilization 1 LS 43,500.00 $43,500.00 144,000.00 $144,000.00 124,000.00 $124,000.00 135,000.00 $135,000.00 %! 1005 Clearing and Grubbing 1 LS 6,250.00 $6,250.00 9,000.00 $9,000.00 19,000.00 $19,000.00 64,000.00 $64,000.00 1010 * Remove Existing Asphalt Concrete Pavement 1,600 SY 7.50 $12,000.00 11.00 $17,600.00 16.00 $25,600.00 11.00 $17,600.00 1020 Remove Cement Concrete Sidewalk 70 SY 76.00 $5,320.00 18.00 $1,260.00 23.00 $1,610.00 17.50 $1,225.00 '0 1025 * Remove Cement Concrete Curb and Gutter 1,000 LF 19.50 $19,500.00 20.00 $20,000.00 9.00 $9,000.00 4.50 $4,500.00 R 1030 Remove Cement Concrete Extruded Curb 50 LF 26.50 $1,325.00 15.00 $750.00 22.00 $1,100.00 7.50 $375.00 (J) 1040 Removal of Raised Pavement Markers and Painted and/or 1 LS 2,000.00 $2,000.00 2,000.00 $2,000.00 1,800.00 $1,800.00 1,950.00 $1,950.00 t ThermoDlastic Traffic Markinas o 1045 Restore Existing Split Rail Fence 80 LF 58.00 $4,640.00 22.00 $1,760.00 36.00 $2,880.00 8.00 $640.00 N 1050 * Saw Cut Existing Asphalt Concrete Pavement 2,600 LF 2.75 $7,150.00 3.50 $9,100.00 3.00 $7,800.00 4.00 $10,400.00 N 1055 * Saw Cut Existing Cement Concrete Pavement 50 LF 16.75 $837.50 8.00 $400.00 3.00 $150.00 8.25 $412.50 1060 * Roadway Excavation Incl. Haul 520 CY 68.60 $35,672.00 65.00 $33,800.00 56.00 $29,120.00 47.00 $24,440.00 00 1065 * Unsuitable Foundation Excavation Incl. Haul 50 CY 111.00 $5,550.00 70.00 $3,500.00 40.00 $2,000.00 52.00 $2,600.00 M 1075 * Gravel Borrow, Including Haul and Compaction 80 TON 62.00 $4,960.00 35.00 $2,800.00 46.00 $3,680.00 40.00 $3,200.00 1080 * Crushed Surfacing Top Course, 5/8 Inch Minus 320 TON 117.00 $37,440.00 45.00 $14,400.00 132.00 $42,240.00 46.00 $14,720.00 1086 * Crushed Surfacing Base Course, 1-1/4 Inch Minus 350 TON 68.00 $23,800.00 45.00 $15,750.00 132.00 $46,200.00 46.00 $16,100.00 t- 1095 * HMA Class 1/2", PG 58V-22 620 TON 141.00 $87,420.00 195.00 $120,900.00 182.50 $113,150.00 170.00 $105,400.00 1105 Asphalt Cost Price Adjustment 1 CALC 10,000.00 $10,000.00 10,000.00 $10,000.00 10,000.00 $10,000.00 10,000.00 $10,000.00 m 1115 Rubblize and Compact Asphalt Concrete Pavement 650 SY 2.50 $1,625.00 10.00 $6,500.00 2.25 $1,462.50 7.00 $4,550.00 N 1120 * Speed Cushion 2 EA 6,000.00 $12,000.00 9,000.00 $18,000.00 8,450.00 $16,900.00 9,150.00 $18,300.00 1122 Raised Crosswalk 1 EA 2,000.00 $2,000.00 8,000.00 $8,000.00 9,650.00 $9,650.00 10,500.00 $10,500.00 1140 * Cement Concrete Driveway, 8 Inch Depth, Reinforced 380 SY 100.00 $38,000.00 125.00 $47,500.00 108.00 $41,040.00 131.00 $49,780.00 1142 Remove and Replace Cement Concrete Splashpad, 8 Inch 1 EA 1,000.00 $1,000.00 2,200.00 $2,200.00 7,050.00 $7,050.00 6,400.00 $6,400.00 Depth. Reinforced 1145 *Cement Concrete Sidewalk 880 SY 50.00 $44,000.00 75.00 $66,000.00 56.00 $49,280.00 60.00 $52,800.00 y 1170 Cement Concrete Sidewalk Ramp Type Combination 1 EA 2,000.00 $2,000.00 2,750.00 $2,750.00 2,175.00 $2,175.00 2,700.00 $2,700.00 to 7 1175 Cement Concrete Sidewalk Ramp Type Single Direction A 2 EA 1,800.00 $3,600.00 2,500.00 $5,000.00 2,150.00 $4,300.00 2,500.00 $5,000.00 1205 * Cement Concrete Curb and Gutter 1,300 LF 26.00 $33,800.00 45.00 $58,500.00 27.00 $35,100.00 33.00 $42,900.00 06 1211 Cement Concrete Parking Wheel Stop 85 EA 200.00 $17,000.00 205.00 $17,425.00 207.00 $17,595.00 210.00 $17,850.00 1212 Pedestrian Curb 8o LF 26.00 $2,080.00 45.00 $3,600.00 17.00 $1,360.00 38.00 $3,040.00 1215 * Remove and Replace Existing Wall 10 LF 431.00 $4,310.00 300.00 $3,000.00 250.00 $2,500.00 175.00 $1,750.00 cV 1221 * Replace Existing Catch Basin Frame and Grate and Adjust 1 EA 1,500.00 $1,500.00 1,000.00 $1,000.00 1,100.00 $1,100.00 985.00 $985.00 to Finished Grade 1225 Replace Existing Manhole Circular Frame and Cover and 3 EA 1,600.00 $4,800.00 1,000.00 $3,000.00 1,200.00 $3,600.00 1,115.00 $3,345.00 E Adiust to Finished Grade s 1229 Replace Existing Manhole Rectangular Frame and Cover 2 EA 1,350.00 $2,700.00 1,000.00 $2,000.00 1,200.00 $2,400.00 1,115.00 $2,230.00 with Circular Frame and Cover and Adjust to Finished Q Grade 1230 * Replace Existing Valve Box Top Section and Lid 2 EA 1,330.00 $2,660.00 445.00 $890.00 1,000.00 $2,000.00 700.00 $1,400.00 1232 Adjust Existing Catch Basin Grate to Finished Grade 2 EA 800.00 $1,600.00 1,000.00 $2,000.00 1,000.00 $2,000.00 400.00 $800.00 1280 * Relocate Existing Sign 5 EA 750.00 $3,750.00 400.00 $2,000.00 400.00 $2,000.00 850.00 $4,250.00 1290 Relocate and Clean Existing Sign 1 EA 750.00 $750.00 760.00 $760.00 400.00 $400.00 600.00 Packet Pg. 317 10.A.a S. 240th Street and Russell Road 5 6 7 8 TIB Sidewalk Improvements Bid Opening: December 6, 2022, 11:00 AM Tucci & Sons, Inc. Rodarte Construction, Inc. Marshbank Construction, Inc. Northwest Cascade, Inc. C 4224 Waller Road 17 East Valley Highway E. PO Box 97 PO Box 73399 C Disclaimer: These preliminary bid results are provided as a convenience to Tacoma, WA 98443-1623 Auburn, WA 98092 Lake Stevens, WA 98258 Puyallup, WA 98373 contractors for informational purposes only and do not identify lowest p responsible bidder. Bid review by staff and final award pending. Q TOTAL $2,164,147.00 $2,231,593.75 $2,322,888.75 $2,338,196.00 U) C ITEM DESCRIPTION QTY UNIT UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL NO. PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT a 1292 * Permanent Signing on Existing Post 25 SF 100.00 $2,500.00 40.00 $1,000.00 100.00 $2,500.00 28.00 $700.00 IY 1295 * Permanent Signing Including Post and Foundation 55 SF 120.00 $6,600.00 65.00 $3,575.00 135.00 $7,425.00 100.00 $5,500.00 - 1297 * Pothole Utilities 10 EA 500.00 $5,000.00 800.00 $8,000.00 1,000.00 $10,000.00 600.00 $6,000.00 to 1300 *Remove Existing Water Service 2 EA 500.00 $1,000.00 725.00 $1,450.00 400.00 $800.00 175.00 $350.00 3 1310 Service Connection 1-1/2 Inch Diameter 1 EA 2,500.00 $2,500.00 2,400.00 $2,400.00 3,800.00 $3,800.00 2,000.00 $2,000.00 X 1315 * Service Connection 2 Inch Diameter 1 EA 4,000.00 $4,000.00 4,250.00 $4,250.00 4,200.00 $4,200.00 2,700.00 $2,700.00 3 1325 1-1/2 Inch Meter Setter 1 EA 6,500.00 $6,500.00 2,700.00 $2,700.00 2,100.00 $2,100.00 1,500.00 $1,500.00 fC 1330 * 2 Inch Meter Setter 1 EA 7,000.00 $7,000.00 3,000.00 $3,000.00 2,400.00 $2,400.00 1,800.00 $1,800.00 1340 * Meter Box for 1-1/2 to 2 Inch Diameter Service 2 EA 2,500.00 $5,000.00 1,200.00 $2,400.00 900.00 $1,800.00 1,140.00 $2,280.00 t 1400 * Ductile Iron Storm Sewer Pipe, 12 Inch Diameter Class 50 430 LF 130.00 $55,900.00 125.00 $53,750.00 164.00 $70,520.00 88.00 $37,840.00 1401 * Ductile Iron Storm Sewer Pipe, 8 Inch Diameter Class 50 85 LF 125.00 $10,625.00 115.00 $9,775.00 165.00 $14,025.00 66.00 $5,610.00 cV 1405 Remove Existing Catch Basin or Manhole 1 EA 625.00 $625.00 225.00 $225.00 500.00 $500.00 555.00 $555.00 fA 1407 * Remove Existing Storm Sewer Pipe or Culvert 280 LF 10.00 $2,800.00 25.00 $7,000.00 20.00 $5,600.00 8.50 $2,380.00 1410 * Catch Basin, Type 1 9 EA 1,600.00 $14,400.00 1,750.00 $15,750.00 1,200.00 $10,800.00 1,625.00 $14,625.00 M 1425 * Vaned Catch Basin Frame and Grate 9 EA 400.00 $3,600.00 400.00 $3,600.00 1,050.00 $9,450.00 725.00 $6,525.00 Cl) 1430 * Catch Basin Rectangular Frame and Solid Cover 2 EA 400.00 $800.00 400.00 $800.00 1,050.00 $2,100.00 725.00 $1,450.00 .. 1440 * Pipe Zone Bedding 180 TON 40.00 $7,200.00 45.00 $8,100.00 20.00 $3,600.00 53.00 $9,540.00 1445 * Bank Run Gravel for Trench Backfill 350 TON 35.00 $12,250.00 35.00 $12,250.00 20.00 $7,000.00 45.00 $15,750.00 1455 * Foundation Material, Class I and II 50 TON 37.00 $1,850.00 65.00 $3,250.00 20.00 $1,000.00 73.00 $3,650.00 1505 * Traffic Control Labor 1,250 HR 70.00 $87,500.00 63.00 $78,750.00 60.00 $75,000.00 73.00 $91,250.00 m 1510 * Traffic Control Supervisor 450 HR 120.00 $54,000.00 65.00 $29,250.00 85.00 $38,250.00 78.00 $35,100.00 1520 Temporary Traffic Control Devices 1 LS 8,400.00 $8,400.00 3,000.00 $3,000.00 1,200.00 $1,200.00 9,700.00 $9,700.00 3 1530 * Portable Changeable Message Sign (PCMS) 80 DAY 200.00 $16,000.00 100.00 $8,000.00 80.00 $6,400.00 66.00 $5,280.00 y 1540 * Construction Signs Class A 300 SF 25.00 $7,500.00 45.00 $13,500.00 85.00 $25,500.00 40.00 $12,000.00 2 1545 * Temporary Pavement Marking - Short Duration 1,000 LF 0.20 $200.00 0.25 $250.00 2.00 $2,000.00 0.25 $250.00 to 1595 Plastic Bike Dashed Lane Line 170 LF 23.00 $3,910.00 22.00 $3,740.00 22.00 $3,740.00 22.50 $3,825.00 m 1600 Plastic Bike Lane Line 1,400 LF 6.00 $8,400.00 7.00 $9,800.00 6.55 $9,170.00 6.75 $9,450.00 N 1615 Plastic Crosswalk Line 100 SF 17.00 $1,700.00 18.00 $1,800.00 17.00 $1,700.00 17.50 $1,750.00 1625 * Plastic Stop Line (24 Inch Wide) 60 LF 30.00 $1,800.00 33.00 $1,980.00 33.00 $1,980.00 35.00 $2,100.00 od 1630 Plastic Bicycle Lane Symbol with Arrow 5 EA 500.00 $2,500.00 700.00 $3,500.00 709.00 $3,545.00 730.00 $3,650.00 1800 * Inlet Protection 14 EA 105.00 $1,470.00 80.00 $1,120.00 88.00 $1,232.00 85.00 $1,190.00 +� 1810 * ESC Lead 80 HR 60.00 $4,800.00 50.00 $4,000.00 100.00 $8,000.00 1.00 $80.00 N 1815 * Street Cleaning 50 HR 250.00 $12,500.00 225.00 $11,250.00 250.00 $12,500.00 225.00 $11,250.00 1817 Plant Selection, Archtostaphylus uva ursi, 1 Gal 60 EA 26.00 $1,560.00 28.00 $1,680.00 15.00 $900.00 15.00 $900.00 1819 Plant Selection, Cornus sanguinea 'Anny's Winter Orange,' 50 EA 109.00 $5,450.00 65.00 $3,250.00 54.00 $2,700.00 55.00 $2,750.00 E 3 Gal t 1820 Plant Selection, Dechampsia cespitosa, 1 Gal 130 EA 24.00 $3,120.00 32.00 $4,160.00 15.00 $1,950.00 15.00 $1,950.00 v 1821 Plant Selection, Fothergilla gardenii, 3 Gal 15 EA 90.00 $1,350.00 65.00 $975.00 46.00 $690.00 47.00 $705.00 1822 Plant Selection, Geranium x 'Rozanne,' 1 Gal 10 EA 28.00 $280.00 28.00 $280.00 20.00 $200.00 20.00 $200.00 Q 1823 Plant Selection, Rubus calycinoides, 1 Gal 100 EA 25.00 $2,500.00 28.00 $2,800.00 16.00 $1,600.00 16.00 $1,600.00 1825 Plant Selection, Quercus Rubra (Red Oak Tree), B&B, 2" 1 EA 1,200.00 $1,200.00 825.00 $825.00 470.00 $470.00 485.00 $485.00 caliper 1827 Landscape Restoration 1 FA 5,000.00 $5,000.00 5,000.00 $5,000.00 5,000.00 $5,000.00 5,000.00 3178 Packet Pg. 10.A.a S. 240th Street and Russell Road 5 6 7 8 TIB Sidewalk Improvements Bid Opening: December 6, 2022, 11:00 AM Tucci & Sons, Inc. Rodarte Construction, Inc. Marshbank Construction, Inc. Northwest Cascade, Inc. C 4224 Waller Road 17 East Valley Highway E. PO Box 97 PO Box 73399 C Disclaimer: These preliminary bid results are provided as a convenience to Tacoma, WA 98443-1623 Auburn, WA 98092 Lake Stevens, WA 98258 Puyallup, WA 98373 contractors for informational purposes only and do not identify lowest 0 responsible bidder. Bid review by staff and final award pending. Q TOTAL $2,164,147.00 $2,231,593.75 $2,322,888.75 $2,338,196.00 U) C ITEM DESCRIPTION QTY UNIT UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL NO. PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT a 1830 * Seeding, Fertilizing, and Mulching 0.25 AC 13,000.00 $3,250.00 12,000.00 $3,000.00 14,000.00 $3,500.00 10,000.00 $2,500.00 1835 * Topsoil Type A 50 CY 80.00 $4,000.00 70.00 $3,500.00 52.00 $2,600.00 55.00 $2,750.00 - 1837 Topsoil Type B 150 CY 90.00 $13,500.00 58.00 $8,700.00 52.00 $7,800.00 69.00 $10,350.00 to 1840 *Wood Chip Mulch 50 CY 75.00 $3,750.00 65.00 $3,250.00 55.00 $2,750.00 58.00 $2,900.00 1842 Existing Irrigation Systems Repair and/or Relocation 1 FA 10,000.00 $10,000.00 10,000.00 $10,000.00 10,000.00 $10,000.00 10,000.00 $10,000.00 1850 Erosion/Water Pollution Control 1 FA 10,000.00 $10,000.00 10,000.00 $10,000.00 10,000.00 $10,000.00 10,000.00 $10,000.00 1855 SPCC Plan 1 LS 300.00 $300.00 325.00 $325.00 1,000.00 $1,000.00 500.00 $500.00 R 1880 Project Sign 1 EA 2,000.00 $2,000.00 1,000.00 $1,000.00 1,400.00 $1,400.00 1,700.00 $1,700.00 t SCHEDULE I TOTAL $914,629.50 $1,029,305.00 $1,043,639.50 $1,003,662.50 CV SCHEDULE II: RUSSELL ROAD - HOGAN TO MEEKER SIDEWALK N 2000 Mobilization 1 LS 54,500.00 $54,500.00 80,000.00 $80,000.00 80,000.00 $80,000.00 150,000.00 $150,000.00 2005 Clearing and Grubbing 1 LS 6,000.00 $6,000.00 7,000.00 $7,000.00 18,000.00 $18,000.00 30,000.00 $30,000.00 0000 2010 * Remove Existing Asphalt Concrete Pavement 1,500 SY 7.50 $11,250.00 11.00 $16,500.00 16.00 $24,000.00 11.00 $16,500.00 M 2025 * Remove Cement Concrete Curb and Gutter 125 LF 19.50 $2,437.50 20.00 $2,500.00 9.00 $1,125.00 4.50 $562.50 .. 2040 Removal of Raised Pavement Markers and Painted and/or 1 LS 4,500.00 $4,500.00 5,000.00 $5,000.00 1,800.00 $1,800.00 5,075.00 $5,075.00 Thermoolastic Traffic Markinas 2050 * Saw Cut Existing Asphalt Concrete Pavement 1,100 LF 2.75 $3,025.00 3.50 $3,850.00 3.00 $3,300.00 4.00 $4,400.00 2055 * Saw Cut Existing Cement Concrete Pavement 50 LF 16.75 $837.50 8.00 $400.00 3.00 $150.00 8.25 $412.50 m 2060 * Roadway Excavation Incl. Haul 200 CY 68.60 $13,720.00 65.00 $13,000.00 56.00 $11,200.00 47.00 $9,400.00 2065 * Unsuitable Foundation Excavation Incl. Haul 50 CY 111.00 $5,550.00 70.00 $3,500.00 40.00 $2,000.00 52.00 $2,600.00 2075 * Gravel Borrow, Including Haul and Compaction 420 TON 62.00 $26,040.00 35.00 $14,700.00 46.00 $19,320.00 40.00 $16,800.00 2080 * Crushed Surfacing Top Course, 5/8 Inch Minus 450 TON 117.00 $52,650.00 45.00 $20,250.00 132.00 $59,400.00 46.00 $20,700.00 -a 2086 * Crushed Surfacing Base Course, 1-1/4 Inch Minus 380 TON 68.00 $25,840.00 45.00 $17,100.00 132.00 $50,160.00 46.00 $17,480.00 In 2095 * HMA Class 1/2", PG 58V-22 290 TON 141.00 $40f890.00 195.00 $56,550.00 182.50 $52,925.00 170.00 $49,300.00 2105 Asphalt Cost Price Adjustment 1 CALC 10,000.00 $10,000.00 10,000.00 $10,000.00 10,000.00 $10,000.00 10,000.00 $10,000.00 N 2120 * Speed Cushion 1 EA 6,000.00 $6,000.00 9,000.00 $9,000.00 8,450.00 $8,450.00 9,150.00 $9,150.00 7 2140 * Cement Concrete Driveway, 8 Inch Depth, Reinforced 450 SY 100.00 $45,000.00 125.00 $56,250.00 108.00 $48,600.00 131.00 $58,950.00 2145 * Cement Concrete Sidewalk 500 SY 50.00 $25,000.00 75.00 $37,500.00 56.00 $28,000.00 60.00 $30,000.00 06 2205 * Cement Concrete Curb and Gutter 410 LF 26.00 $10,660.00 45.00 $18,450.00 27.00 $11,070.00 33.00 $13,530.00 2210 Cement Concrete Extruded Curb 200 LF 25.00 $5,000.00 28.00 $5,600.00 32.00 $6,400.00 29.00 $5,800.00 2215 * Remove and Replace Existing Wall 10 LF 431.00 $4,310.00 300.00 $3,000.00 250.00 $2,500.00 175.00 $1,750.00 N 2221 * Replace Existing Catch Basin Frame and Grate and Adjust 2 EA 1,500.00 $3,000.00 1,000.00 $2,000.00 1,100.00 $2,200.00 985.00 $1,970.00 to Finished Grade 2230 Raise and Replace Existing Valve Box Top Section and Lid 4 EA 1,330.00 $5,320.00 445.00 $1,780.00 1,000.00 $4,000.00 700.00 $2,800.00 t 2235 Adjust Existing Meter Box to Finished Grade 1 EA 2,000.00 $2,000.00 500.00 $500.00 1,000.00 $1,000.00 275.00 $275.00cc c> 2290 * Relocate Existing Sign 4 EA 750.00 $3,000.00 400.00 $1,600.00 400.00 $1,600.00 850.00 $3,400.00 2292 * Permanent Signing on Existing Post 10 SF 100.00 $1,000.00 40.00 $400.00 100.00 $1,000.00 28.00 $280.00 Q 2295 * Permanent Signing Including Post and Foundation 13 SF 120.00 $1,560.00 65.00 $845.00 135.00 $1,755.00 100.00 $1,300.00 2297 * Pothole Utilities 15 EA 500.00 $7,500.00 800.00 $12,000.00 1,000.00 $15,000.00 600.00 $9,000.00 2300 * Remove Existing Water Service 2 EA 500.00 $1,000.00 725.00 $1,450.00 400.00 $800.00 175.00 $350.00 2305 Service Connection 3/4 Inch Diameter 1 EA 3,800.00 $3,800.00 2,000.00 $2,000.00 3,300.00 $3,300.00 2,000.00 319 Packet Pg. 10.A.a S. 240th Street and Russell Road 5 6 7 8 TIB Sidewalk Improvements Bid Opening: December 6, 2022, 11:00 AM Tucci & Sons, Inc. Rodarte Construction, Inc. Marshbank Construction, Inc. Northwest Cascade, Inc. C 4224 Waller Road 17 East Valley Highway E. PO Box 97 PO Box 73399 C Disclaimer: These preliminary bid results are provided as a convenience to Tacoma, WA 98443-1623 Auburn, WA 98092 Lake Stevens, WA 98258 Puyallup, WA 98373 contractors for informational purposes only and do not identify lowest 0 responsible bidder. Bid review by staff and final award pending. Q TOTAL $2,164,147.00 $2,231,593.75 $2,322,888.75 $2,338,196.00 U) C ITEM DESCRIPTION QTY UNIT UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL NO. PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT a 2315 * Service Connection 2 Inch Diameter 1 EA 4,000.00 $4,000.00 4,250.00 $4,250.00 4,200.00 $4,200.00 2,700.00 $2,700.00 2320 3/4Inch Meter Setter 1 EA 5,000.00 $5,000.00 900.00 $900.00 500.00 $500.00 500.00 $500.00 - 2330 * 2 Inch Meter Setter 1 EA 7,000.00 $7,000.00 3,000.00 $3,000.00 2,400.00 $2,400.00 1,800.00 $1,800.00 u 2335 Meter Box for 3/4Inch Diameter Service 1 EA 2,000.00 $2,000.00 800.00 $800.00 800.00 $800.00 965.00 $965.00 y 3 2340 * Meter Box for 1-1/2 to 2 Inch Diameter Service 1 EA 2,500.00 $2,500.00 1,200.00 $1,200.00 900.00 $900.00 1,140.00 $1,140.00 X 2348 Remove Existing Hydrant Assembly 1 EA 1,500.00 $1,500.00 1,800.00 $1,800.00 1,600.00 $1,600.00 525.00 $525.00 13 2350 Hydrant Assembly 1 EA 13,000.00 $13,000.00 16,000.00 $16,000.00 14,000.00 $14,000.00 13,825.00 $13,825.00 R 2400 * Ductile Iron Storm Sewer Pipe, 12 Inch Diameter Class 50 425 LF 130.00 $55,250.00 125.00 $53,125.00 164.00 $69,700.00 88.00 $37,400.00 2401 * Ductile Iron Storm Sewer Pipe, 8 Inch Diameter Class 50 155 LF 125.00 $19,375.00 115.00 $17,825.00 165.00 $25,575.00 66.00 $10,230.00 t 2402 Storm Sewer Pipe, 12Inch Diameter 160 LF 90.00 $14,400.00 115.00 $18,400.00 100.00 $16,000.00 61.00 $9,760.00 2405 Abandon Existing Storm Sewer Pipe 4 EA 500.00 $2,000.00 450.00 $1,800.00 400.00 $1,600.00 975.00 $3,900.00 cV 2406 Abandon and Fill Existing Storm Sewer Pipe 32 LF 300.00 $9,600.00 60.00 $1,920.00 20.00 $640.00 63.00 $2,016.00 fA 2407 * Remove Existing Storm Sewer Pipe or Culvert 15 LF 10.00 $150.00 25.00 $375.00 20.00 $300.00 8.50 $127.50 2410 * Catch Basin, Type 1 10 EA 1,600.00 $16,000.00 1,750.00 $17,500.00 1,200.00 $12,000.00 1,625.00 $16,250.00 0000 2415 Catch Basin, Type 2, 48 Inch Diameter 1 EA 5,000.00 $5,000.00 5,250.00 $5,250.00 5,400.00 $5,400.00 5,650.00 $5,650.00 Cl) 2420 Bi-Directional Vaned Catch Basin Frame and Grate 4 EA 400.00 $1,600.00 400.00 $1,600.00 1,100.00 $4,400.00 700.00 $2,800.00 .. 2425 * Vaned Catch Basin Frame and Grate 2 EA 400.00 $800.00 400.00 $800.00 1,050.00 $2,100.00 725.00 $1,450.00 2430 * Catch Basin Rectangular Frame and Solid Cover 3 EA 400.00 $1,200.00 400.00 $1,200.00 1,050.00 $3,150.00 725.00 $2,175.00 2435 Manhole Circular Frame and Cover 2 EA 500.00 $1,000.00 500.00 $1,000.00 1,200.00 $2,400.00 950.00 $1,900.00 2440 Shoring or Extra Excavation Class B 1,200 SF 5.00 $6,000.00 1.00 $1,200.00 4.00 $4,800.00 0.25 $300.00 m 2445 * Pipe Zone Bedding 320 TON 40.00 $12,800.00 45.00 $14,400.00 20.00 $6,400.00 53.00 $16,960.00 2450 * Bank Run Gravel for Trench Backfill 450 TON 35.00 $15,750.00 35.00 $15,750.00 20.00 $9,000.00 45.00 $20,250.00 3 2455 * Foundation Material, Class I and II 50 TON 37.00 $1,850.00 65.00 $3,250.00 20.00 $1,000.00 73.00 $3,650.00 y 2500 Uniformed Off -Duty Police Officer 100 HR 200.00 $20,000.00 110.00 $11,000.00 130.00 $13,000.00 135.00 $13,500.00 2 2505 * Traffic Control Labor 1,450 HR 70.00 $101,500.00 63.00 $91,350.00 60.00 $87,000.00 73.00 $105,850.00 In 2510 * Traffic Control Supervisor 500 HR 120.00 $60,000.00 65.00 $32,500.00 85.00 $42,500.00 78.00 $39,000.00 a) 2520 Temporary Traffic Control Devices 1 LS 9,000.00 $9,000.00 3,000.00 $3,000.00 1,000.00 $1,000.00 9,300.00 $9,300.00 N 2530 * Portable Changeable Message Sign (PCMS) 80 DAY 200.00 $16,000.00 100.00 $8,000.00 80.00 $6,400.00 66.00 $5,280.00 2540 * Construction Signs Class A 500 SF 25.00 $12,500.00 45.00 $22,500.00 85.00 $42,500.00 40.00 $20,000.00 06 2545 * Temporary Pavement Marking - Short Duration 1,800 LF 0.20 $360.00 0.25 $450.00 2.00 $3,600.00 0.25 $450.00 2580 Raised Pavement Marker Type 2 0.5 HUND 2,500.00 $1,250.00 2,500.00 $1,250.00 2,450.00 $1,225.00 2,600.00 $1,300.00 c 2585 * Parking Paint Stripe 100 LF 2.00 $200.00 2.25 $225.00 2.25 $225.00 2.30 $230.00 N 2600 Profiled Plastic Wide Line 80 LF 28.00 $2,240.00 26.00 $2,080.00 27.00 $2,160.00 27.00 $2,160.00 2625 * Plastic Stop Line (24 Inch Wide) 25 LF 30.00 $750.00 33.00 $825.00 33.00 $825.00 35.00 $875.00 2630 Painted Traffic Letter 1 EA 500.00 $500.00 850.00 $850.00 820.00 $820.00 850.00 $850.00 E 2640 Plastic Traffic Arrow 2 EA 500.00 $1,000.00 900.00 $1,800.00 927.00 $1,854.00 950.00 $1,900.00 v 2660 * Painting Curb 115 LF 1.50 $172.50 1.75 $201.25 1.65 $189.75 2.00 $230.00 R 2670 Profiled Plastic Double Yellow Centerline 690 LF 17.00 $11,730.00 16.00 $11,040.00 16.00 $11,040.00 16.50 $11,385.00 Q 2680 Single Solid Plastic Edge Line 550 LF 7.00 $3,850.00 7.00 $3,850.00 7.00 $3,850.00 7.00 $3,850.00 2700 Pedestrian Lighting 4 EA 10,000.00 $40,000.00 12,000.00 $48,000.00 10,900.00 $43,600.00 12,000.00 $48,000.00 2710 6 Foot Diameter Traffic Loop 2 EA 3,000.00 $6,000.00 3,500.00 $7,000.00 1,310.00 $2,620.00 2,700.00 $5,400.00 2730 Junction Box, Type 1 4 EA 1,200.00 $4,800.00 1,400.00 $5,600.00 927.00 $3,708.00 1,700.00 $6,800.00 2732 Junction Box, Type 2 1 EA 2,000.00 $2,000.00 2,250.00 $2,250.00 1,635.00 $1,635.00 2,450.00 Packet Pg. 320 10.A.a S. 240th Street and Russell Road TIB Sidewalk Improvements Bid Opening: December 6, 2022, 11:00 AM Disclaimer: These preliminary bid results are provided as a convenience to contractors for informational purposes only and do not identify lowest responsible bidder. Bid review by staff and final award pending. TOTAL 5 Tucci & Sons, Inc. 4224 Waller Road Tacoma, WA 98443-1623 $2,164,147.00 6 Rodarte Construction, Inc. 17 East Valley Highway E. Auburn, WA 98092 $2,231,593.75 7 Marshbank Construction, Inc. PO Box 97 Lake Stevens, WA 98258 $2,322,888.75 8 Northwest Cascade, Inc. PO Box 73399 Puyallup, WA 98373 $2,338,196.00 ITEM DESCRIPTION QTY UNIT UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL NO. PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT 2740 Supply and Install 2 Inch Diameter Schedule 80 PVC 1,400 LF 17.00 $23,800.00 18.00 $25,200.00 22.00 $30,800.00 27.00 $37,800.00 Conduit 2750 Illumination Wire - 6/3 BLACK STRANDED AL ERSKINE 630 LF 5.00 $3,150.00 6.00 $3,780.00 11.00 $6,930.00 8.00 $5,040.00 URD TRIPLEX CABLE 2760 Sand for Conduit Bedding 50 TON 45.00 $2,250.00 50.00 $2,500.00 30.00 $1,500.00 52.00 $2,600.00 2800 * Inlet Protection 5 EA 105.00 $525.00 80.00 $400.00 88.00 $440.00 85.00 $425.00 2810 * ESC Lead 100 HR 60.00 $6,000.00 50.00 $5,000.00 100.00 $10,000.00 1.00 $100.00 2815 * Street Cleaning 8o HR 250.00 $20,000.00 225.00 $18,000.00 250.00 $20,000.00 225.00 $18,000.00 2820 Street Tree Frame and Grate, Planting and Staking 6 EA 4,000.00 $24,000.00 3,000.00 $18,000.00 4,700.00 $28,200.00 3,950.00 $23,700.00 2822 Street Tree (No Grate), Planting and Staking 1 EA 1,400.00 $1,400.00 2,000.00 $2,000.00 500.00 $500.00 485.00 $485.00 2827 Landscape Restoration 1 FA 5,000.00 $5,000.00 5,000.00 $5,000.00 5,000.00 $5,000.00 5,000.00 $5,000.00 2830 * Seeding, Fertilizing, and Mulching 0.10 AC 13,000.00 $1,300.00 12,000.00 $1,200.00 14,000.00 $1,400.00 10,000.00 $1,000.00 2835 * Topsoil Type A 100 CY 80.00 $8,000.00 70.00 $7,000.00 52.00 $5,200.00 55.00 $5,500.00 2840 * Wood Chip Mulch 20 CY 75.00 $1,500.00 65.00 $1,300.00 55.00 $1,100.00 58.00 $1,160.00 2845 Existing Irrigation Systems Repair and/or Relocation 1 FA 1,000.00 $1,000.00 1,000.00 $1,000.00 1,000.00 $1,000.00 1,000.00 $1,000.00 2850 Erosion/Water Pollution Control 1 FA 10,000.00 $10,000.00 10,000.00 $10,000.00 10,000.00 $10,000.00 10,000.00 $10,000.00 2855 SPCC Plan 1 LS 300.00 $300.00 325.00 $325.00 1,000.00 $1,000.00 500.00 $500.00 SCHEDULE II TOTAL $981,242.50 $940,546.25 $1,050,741.75 $1,021,178.50 SCHEDULE III: HOGAN PARK OVERLAY - NON -ELIGIBLE 3000 Mobilization 1 LS 22,500.00 $22,500.00 25,000.00 $25,000.00 18,000.00 $18,000.00 12,000.00 $12,000.00 3010 * Remove Existing Asphalt Concrete Pavement 130 SY 7.50 $975.00 11.00 $1,430.00 16.00 $2,080.00 11.00 $1,430.00 3060 * Roadway Excavation Incl. Haul 50 CY 68.60 $3,430.00 65.00 $3,250.00 56.00 $2,800.00 47.00 $2,350.00 3065 * Unsuitable Foundation Excavation Incl. Haul 10 CY 111.00 $1,110.00 70.00 $700.00 40.00 $400.00 52.00 $520.00 3075 * Gravel Borrow, Including Haul and Compaction 50 TON 62.00 $3,100.00 35.00 $1,750.00 46.00 $2,300.00 40.00 $2,000.00 3080 * Crushed Surfacing Top Course, 5/8 Inch Minus 50 TON 117.00 $5,850.00 45.00 $2,250.00 132.00 $6,600.00 46.00 $2,300.00 3095 HMA Class 1/2", PG 58V-22 for Full Width Overlay 1,100 TON 141.00 $155,100.00 140.00 $154,000.00 127.50 $140,250.00 170.00 $187,000.00 3105 Asphalt Cost Price Adjustment 1 CALC 10,000.00 $10,000.00 10,000.00 $10,000.00 10,000.00 $10,000.00 10,000.00 $10,000.00 3110 * Planing Bituminous Pavement 1,000 SY 8.00 $8,000.00 18.00 $18,000.00 6.00 $6,000.00 8.25 $8,250.00 3115 Asphalt Interlay Fabric 2,050 SY 13.00 $26,650.00 7.50 $15,375.00 5.75 $11,787.50 6.00 $12,300.00 3120 PG Tack for Pavement Reinforcement 410 GAL 6.00 $2,460.00 1.25 $512.50 1.00 $410.00 110.00 $45,100.00 3505 * Traffic Control Labor 100 HR 70.00 $7,000.00 63.00 $6,300.00 60.00 $6,000.00 73.00 $7,300.00 3510 * Traffic Control Supervisor 40 HR 120.00 $4,800.00 65.00 $2,600.00 85.00 $3,400.00 78.00 $3,120.00 3520 Temporary Traffic Control Devices 1 LS 1,000.00 $1,000.00 3,000.00 $3,000.00 1,000.00 $1,000.00 1,050.00 $1,050.00 3585 * Parking Paint Stripe 3,200 LF 2.00 $6,400.00 2.25 $7,200.00 2.25 $7,200.00 2.30 $7,360.00 3655 Handicap Parking Symbol 5 EA 170.00 $850.00 170.00 $850.00 165.00 $825.00 175.00 $875.00 3660 * Painting Curb 2,700 LF 1.50 $4,050.00 1.75 $4,725.00 1.65 $4,455.00 2.00 $5,400.00 3850 Erosion/Water Pollution Control 1 FA 5,000.00 $5,000.00 5,000.00 $5,000.00 5,000.00 $5,000.00 5,000.00 $5,000.00 SCHEDULE III TOTAL $268,275.00 $261,942.50 $228,507.50 $313,355.00 0 0 M M H Z3 m N 3 m Cn N N 7 a' 06 t 0 N C O E s U Q Packet Pg. 321 10.A.a S. 240th Street and Russell Road 5 6 7 8 TIB Sidewalk Improvements Bid Opening: December 6, 2022, 11:00 AM Tucci & Sons, Inc. Rodarte Construction, Inc. Marshbank Construction, Inc. Northwest Cascade, Inc. 4224 Waller Road 17 East Valley Highway E. PO Box 97 PO Box 73399 Disclaimer: These preliminary bid results are provided as a convenience to Tacoma, WA 98443-1623 Auburn, WA 98092 Lake Stevens, WA 98258 Puyallup, WA 98373 contractors for informational purposes only and do not identify lowest responsible bidder. Bid review by staff and final award pending. TOTAL $2,164,147.00 $2,231,593.75 $2,322,888.75 $2,338,196.00 ITEM DESCRIPTION QTY UNIT UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL NO. PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT SUMMARY: SCHEDULE I TOTAL $914,629.50 $1,029,105.00 $1,043,639.50 $1,003,662.50 SCHEDULE II TOTAL $981,242.50 $940,546.25 $1,050,741.75 $1,021,178.50 SCHEDULE III TOTAL $268,275.00 $261,942.50 $228,507.50 $313,355.00 CONSTRUCTION CONTRACT TOTAL $2,164,147.00 $2,231,593.75 $2,322,888.75 $2,338,196.00 r+ Q Packet Pg. 322 10.A.a S. 240th Street and Russell Road TIB Sidewalk Improvements Bid Opening: December 6, 2022, 11:00 AM Disclaimer: These preliminary bid results are provided as a convenience to contractors for informational purposes only and do not identify lowest responsible bidder. Bid review by staff and final award pending. TOTAL 9 Olson Brothers Excavating, Inc. 6622 112th Street E. Puyallup, WA 98373 $2,488,229.50 Engineer's Estimate Drew Holcomb $2,382,735.00 ITEM DESCRIPTION QTY UNIT UNIT TOTAL UNIT TOTAL NO. PRICE AMOUNT PRICE AMOUNT SCHEDULE I: 240TH AND HOGAN PARK 1000 Mobilization 1 LS 150,000.00 $150,000.00 78,000.00 $78,000.00 1005 Clearing and Grubbing 1 LS 22,000.00 $22,000.00 5,500.00 $5,500.00 1010 * Remove Existing Asphalt Concrete Pavement 1,600 SY 22.00 $35,200.00 8.00 $12,800.00 1020 Remove Cement Concrete Sidewalk 70 SY 22.00 $1,540.00 44.00 $3,080.00 1025 * Remove Cement Concrete Curb and Gutter 1,000 LF 16.00 $16,000.00 15.00 $15,000.00 1030 Remove Cement Concrete Extruded Curb 50 LF 15.00 $750.00 11.00 $550.00 1040 Removal of Raised Pavement Markers and Painted and/or 1 LS 2,300.00 $2,300.00 1,000.00 $1,000.00 Thermoplastic Traffic Markinas 1045 Restore Existing Split Rail Fence 80 LF 23.00 $1,840.00 50.00 $4,000.00 1050 * Saw Cut Existing Asphalt Concrete Pavement 2,600 LF 6.00 $15,600.00 6.00 $15,600.00 1055 * Saw Cut Existing Cement Concrete Pavement 50 LF 11.00 $550.00 6.00 $300.00 1060 * Roadway Excavation Incl. Haul 520 CY 60.00 $31,200.00 50.00 $26,000.00 1065 * Unsuitable Foundation Excavation Incl. Haul 50 CY 60.00 $3,000.00 50.00 $2,500.00 1075 * Gravel Borrow, Including Haul and Compaction 80 TON 54.00 $4,320.00 40.00 $3,200.00 1080 * Crushed Surfacing Top Course, 5/8 Inch Minus 320 TON 60.00 $19,200.00 50.00 $16,000.00 1086 * Crushed Surfacing Base Course, 1-1/4 Inch Minus 350 TON 60.00 $21,000.00 50.00 $17,500.00 1095 * HMA Class 1/2", PG 58V-22 620 TON 190.00 $117,800.00 200.00 $124,000.00 1105 Asphalt Cost Price Adjustment 1 CALC 10,000.00 $10,000.00 10,000.00 $10,000.00 1115 Rubblize and Compact Asphalt Concrete Pavement 650 SY 24.00 $15,600.00 11.00 $7,150.00 1120 * Speed Cushion 2 EA 2,600.00 $5,200.00 5,000.00 $10,000.00 1122 Raised Crosswalk 1 EA 15,000.00 $15,000.00 8,000.00 $8,000.00 1140 * Cement Concrete Driveway, 8 Inch Depth, Reinforced 380 SY 160.00 $60,800.00 160.00 $60,800.00 1142 Remove and Replace Cement Concrete Splashpad, 8 Inch 1 EA 6,000.00 $6,000.00 900.00 $900.00 Depth. Reinforced 1145 * Cement Concrete Sidewalk 880 SY 82.00 $72,160.00 90.00 $79,200.00 1170 Cement Concrete Sidewalk Ramp Type Combination 1 EA 3,400.00 $3,400.00 3,500.00 $3,500.00 1175 Cement Concrete Sidewalk Ramp Type Single Direction A 2 EA 3,600.00 $7,200.00 2,500.00 $5,000.00 1205 * Cement Concrete Curb and Gutter 1,300 LF 63.00 $81,900.00 45.00 $58,500.00 1211 Cement Concrete Parking Wheel Stop 85 EA 250.00 $21,250.00 230.00 $19,550.00 1212 Pedestrian Curb 80 LF 63.00 $5,040.00 35.00 $2,800.00 1215 * Remove and Replace Existing Wall 10 LF 475.00 $4,750.00 100.00 $1,000.00 1221 * Replace Existing Catch Basin Frame and Grate and Adjust 1 EA 1,100.00 $1,100.00 1,000.00 $1,000.00 to Finished Grade 1225 Replace Existing Manhole Circular Frame and Cover and 3 EA 1,100.00 $3,300.00 1,250.00 $3,750.00 Adiust to Finished Grade 1229 Replace Existing Manhole Rectangular Frame and Cover 2 EA 1,100.00 $2,200.00 1,250.00 $2,500.00 with Circular Frame and Cover and Adjust to Finished Grade 1230 * Replace Existing Valve Box Top Section and Lid 2 EA 1,100.00 $2,200.00 750.00 $1,500.00 1232 Adjust Existing Catch Basin Grate to Finished Grade 2 EA 1,100.00 $2,200.00 550.00 $1,100.00 1280 * Relocate Existing Sign 5 EA 116.00 $580.00 800.00 $4,000.00 1290 Relocate and Clean Existing Sign 1 EA 120.00 $120.00 900.00 $900.00 0 0 M M H m N 3 d CD N N 7 a' 06 t .r 0 N a+ C O E s U r Q Packet Pg. 323 10.A.a S. 240th Street and Russell Road TIB Sidewalk Improvements Bid Opening: December 6, 2022, 11:00 AM Disclaimer: These preliminary bid results are provided as a convenience to contractors for informational purposes only and do not identify lowest responsible bidder. Bid review by staff and final award pending. TOTAL 9 Olson Brothers Excavating, Inc. 6622 112th Street E. Puyallup, WA 98373 $2,488,229.50 Engineer's Estimate Drew Holcomb $2,382,735.00 ITEM DESCRIPTION QTY UNIT UNIT TOTAL UNIT TOTAL NO. PRICE AMOUNT PRICE AMOUNT 1292 * Permanent Signing on Existing Post 25 SF 44.00 $1,100.00 100.00 $2,500.00 1295 * Permanent Signing Including Post and Foundation 55 SF 140.00 $7,700.00 150.00 $8,250.00 1297 * Pothole Utilities 10 EA 1,300.00 $13,000.00 1,500.00 $15,000.00 1300 * Remove Existing Water Service 2 EA 360.00 $720.00 1,000.00 $2,000.00 1310 Service Connection 1-1/2 Inch Diameter 1 EA 4,700.00 $4,700.00 1,750.00 $1,750.00 1315 * Service Connection 2 Inch Diameter 1 EA 5,300.00 $5,300.00 2,000.00 $2,000.00 1325 1-1/2 Inch Meter Setter 1 EA 2,600.00 $2,600.00 2,500.00 $2,500.00 1330 * 2 Inch Meter Setter 1 EA 3,200.00 $3,200.00 3,600.00 $3,600.00 1340 * Meter Box for 1-1/2 to 2 Inch Diameter Service 2 EA 1,000.00 $2,000.00 2,000.00 $4,000.00 1400 * Ductile Iron Storm Sewer Pipe, 12 Inch Diameter Class 50 430 LF 105.00 $45,150.00 140.00 $60,200.00 1401 * Ductile Iron Storm Sewer Pipe, 8 Inch Diameter Class 50 85 LF 94.00 $7,990.00 120.00 $10,200.00 1405 Remove Existing Catch Basin or Manhole 1 EA 1,700.00 $1,700.00 1,000.00 $1,000.00 1407 * Remove Existing Storm Sewer Pipe or Culvert 280 LF 35.00 $9,800.00 45.00 $12,600.00 1410 * Catch Basin, Type 1 9 EA 2,800.00 $25,200.00 1,800.00 $16,200.00 1425 * Vaned Catch Basin Frame and Grate 9 EA 800.00 $7,200.00 1,000.00 $9,000.00 1430 * Catch Basin Rectangular Frame and Solid Cover 2 EA 800.00 $1,600.00 1,000.00 $2,000.00 1440 * Pipe Zone Bedding 180 TON 63.00 $11,340.00 45.00 $8,100.00 1445 * Bank Run Gravel for Trench Backfill 350 TON 63.00 $22,050.00 40.00 $14,000.00 1455 * Foundation Material, Class I and II 50 TON 63.00 $3,150.00 60.00 $3,000.00 1505 * Traffic Control Labor 1,250 HR 63.00 $78,750.00 75.00 $93,750.00 1510 * Traffic Control Supervisor 450 HR 70.00 $31,500.00 100.00 $45,000.00 1520 Temporary Traffic Control Devices 1 LS 6,000.00 $6,000.00 15,000.00 $15,000.00 1530 * Portable Changeable Message Sign (PCMS) 80 DAY 230.00 $18,400.00 95.00 $7,600.00 1540 * Construction Signs Class A 300 SF 6.00 $1,800.00 12.00 $3,600.00 1545 * Temporary Pavement Marking - Short Duration 1,000 LF 1.00 $1,000.00 1.00 $1,000.00 1595 Plastic Bike Dashed Lane Line 170 LF 23.00 $3,910.00 3.00 $510.00 1600 Plastic Bike Lane Line 1,400 LF 7.00 $9,800.00 7.00 $9,800.00 1615 Plastic Crosswalk Line 100 SF 19.00 $1,900.00 8.00 $800.00 1625 * Plastic Stop Line (24 Inch Wide) 60 LF 34.00 $2,040.00 14.00 $840.00 1630 Plastic Bicycle Lane Symbol with Arrow 5 EA 750.00 $3,750.00 300.00 $1,500.00 1800 * Inlet Protection 14 EA 67.00 $938.00 100.00 $1,400.00 1810 * ESC Lead 80 HR 92.00 $7,360.00 100.00 $8,000.00 1815 * Street Cleaning 50 HR 242.00 $12,100.00 150.00 $7,500.00 1817 Plant Selection, Archtostaphylus uva ursi, 1 Gal 60 EA 29.00 $1,740.00 35.00 $2,100.00 1819 Plant Selection, Corpus sanguinea 'Anny's Winter Orange,' 50 EA 70.00 $3,500.00 45.00 $2,250.00 3 Gal 1820 Plant Selection, Dechampsia cespitosa, 1 Gal 130 EA 35.00 $4,550.00 35.00 $4,550.00 1821 Plant Selection, Fothergilla gardenii, 3 Gal 15 EA 70.00 $1,050.00 45.00 $675.00 1822 Plant Selection, Geranium x 'Rozanne,' 1 Gal 10 EA 30.00 $300.00 35.00 $350.00 1823 Plant Selection, Rubus calycinoides, 1 Gal 100 EA 30.00 $3,000.00 35.00 $3,500.00 1825 Plant Selection, Quercus Rubra (Red Oak Tree), B&B, 2" 1 EA 800.00 $800.00 80.00 $80.00 caliDer 1827 Landscape Restoration 1 FA 5,000.00 $5,000.00 5,000.00 $5,000.00 Go 00 M M H m N 3 d 07 N N 7 a' 06 t 0 v N a+ C O E s U M r Q Packet Pg. 324 10.A. a S. 240th Street and Russell Road TIB Sidewalk Improvements Bid Opening: December 6, 2022, 11:00 AM Disclaimer: These preliminary bid results are provided as a convenience to contractors for informational purposes only and do not identify lowest responsible bidder. Bid review by staff and final award pending. TOTAL 9 Olson Brothers Excavating, Inc. 6622 112th Street E. Puyallup, WA 98373 $2,488,229.50 Engineer's Estimate Drew Holcomb $2,382,735.00 ITEM DESCRIPTION QTY UNIT UNIT TOTAL UNIT TOTAL NO. PRICE AMOUNT PRICE AMOUNT 1830 * Seeding, Fertilizing, and Mulching 0.25 AC 13,000.00 $3,250.00 5,000.00 $1,250.00 1835 * Topsoil Type A 50 CY 70.00 $3,500.00 120.00 $6,000.00 1837 Topsoil Type B 150 CY 60.00 $9,000.00 120.00 $18,000.00 1840 * Wood Chip Mulch 50 CY 60.00 $3,000.00 125.00 $6,250.00 1842 Existing Irrigation Systems Repair and/or Relocation 1 FA 10,000.00 $10,000.00 10,000.00 $10,000.00 1850 Erosion/Water Pollution Control 1 FA 10,000.00 $10,000.00 10,000.00 $10,000.00 1855 SPCC Plan 1 LS 1,500.00 $1,500.00 1,000.00 $1,000.00 1880 Project Sign 1 EA 1,100.00 $1,100.00 1,500.00 $1,500.00 SCHEDULE I TOTAL $1,178,338.00 $1,052,885.00 SCHEDULE II: RUSSELL ROAD - HOGAN TO MEEKER SIDEWALK 2000 Mobilization 1 LS 23,500.00 $23,500.00 77,000.00 $77,000.00 2005 Clearing and Grubbing 1 LS 10,500.00 $10,500.00 10,000.00 $10,000.00 2010 * Remove Existing Asphalt Concrete Pavement 1,500 SY 22.00 $33,000.00 8.00 $12,000.00 2025 * Remove Cement Concrete Curb and Gutter 125 LF 16.00 $2,000.00 15.00 $1,875.00 2040 Removal of Raised Pavement Markers and Painted and/or 1 LS 6,000.00 $6,000.00 1,000.00 $1,000.00 Thermoolastic Traffic Markinas 2050 * Saw Cut Existing Asphalt Concrete Pavement 1,100 LF 6.00 $6,600.00 6.00 $6,600.00 2055 * Saw Cut Existing Cement Concrete Pavement 50 LF 11.00 $550.00 6.00 $300.00 2060 * Roadway Excavation Incl. Haul 200 CY 60.00 $12,000.00 50.00 $10,000.00 2065 * Unsuitable Foundation Excavation Incl. Haul 50 CY 60.00 $3,000.00 50.00 $2,500.00 2075 * Gravel Borrow, Including Haul and Compaction 420 TON 54.00 $22,680.00 40.00 $16,800.00 2080 * Crushed Surfacing Top Course, 5/8 Inch Minus 450 TON 60.00 $27,000.00 50.00 $22,500.00 2086 * Crushed Surfacing Base Course, 1-1/4 Inch Minus 380 TON 60.00 $22,800.00 50.00 $19,000.00 2095 * HMA Class 1/2", PG 58V-22 290 TON 190.00 $55,100.00 200.00 $58,000.00 2105 Asphalt Cost Price Adjustment 1 CALC 10,000.00 $10,000.00 10,000.00 $10,000.00 2120 * Speed Cushion 1 EA 2,600.00 $2,600.00 5,000.00 $5,000.00 2140 * Cement Concrete Driveway, 8 Inch Depth, Reinforced 450 SY 160.00 $72,000.00 160.00 $72,000.00 2145 * Cement Concrete Sidewalk 500 SY 82.00 $41,000.00 90.00 $45,000.00 2205 * Cement Concrete Curb and Gutter 410 LF 63.00 $25,830.00 45.00 $18,450.00 2210 Cement Concrete Extruded Curb 200 LF 30.00 $6,000.00 30.00 $6,000.00 2215 * Remove and Replace Existing Wall 10 LF 475.00 $4,750.00 100.00 $1,000.00 2221 * Replace Existing Catch Basin Frame and Grate and Adjust 2 EA 1,100.00 $2,200.00 1,000.00 $2,000.00 to Finished Grade 2230 Raise and Replace Existing Valve Box Top Section and Lid 4 EA 1,100.00 $4,400.00 1,200.00 $4,800.00 2235 Adjust Existing Meter Box to Finished Grade 1 EA 1,100.00 $1,100.00 350.00 $350.00 2290 * Relocate Existing Sign 4 EA 116.00 $464.00 800.00 $3,200.00 2292 * Permanent Signing on Existing Post 10 SF 44.00 $440.00 100.00 $1,000.00 2295 * Permanent Signing Including Post and Foundation 13 SF 140.00 $1,820.00 150.00 $1,950.00 2297 * Pothole Utilities 15 EA 1,300.00 $19,500.00 1,500.00 $22,500.00 2300 * Remove Existing Water Service 2 EA 360.00 $720.00 1,000.00 $2,000.00 2305 Service Connection 3/4 Inch Diameter 1 EA 4,700.00 $4,700.00 1,500.00 $1,500.00 M 0 0 M M H m N R 3 O v7 3 06 t 0 N r C d E t U R Q Packet Pg. 325 10.A.a S. 240th Street and Russell Road TIB Sidewalk Improvements Bid Opening: December 6, 2022, 11:00 AM Disclaimer: These preliminary bid results are provided as a convenience to contractors for informational purposes only and do not identify lowest responsible bidder. Bid review by staff and final award pending. TOTAL 9 Olson Brothers Excavating, Inc. 6622 112th Street E. Puyallup, WA 98373 $2,488,229.50 Engineer's Estimate Drew Holcomb $2,382,735.00 ITEM DESCRIPTION QTY UNIT UNIT TOTAL UNIT TOTAL NO. PRICE AMOUNT PRICE AMOUNT 2315 * Service Connection 2 Inch Diameter 1 EA 5,300.00 $5,300.00 2,000.00 $2,000.00 2320 3/4 Inch Meter Setter 1 EA 2,600.00 $2,600.00 2,000.00 $2,000.00 2330 * 2 Inch Meter Setter 1 EA 3,200.00 $3,200.00 3,600.00 $3,600.00 2335 Meter Box for 3/4 Inch Diameter Service 1 EA 1,000.00 $1,000.00 1,000.00 $1,000.00 2340 * Meter Box for 1-1/2 to 2 Inch Diameter Service 1 EA 1,000.00 $1,000.00 2,000.00 $2,000.00 2348 Remove Existing Hydrant Assembly 1 EA 1,000.00 $1,000.00 1,200.00 $1,200.00 2350 Hydrant Assembly 1 EA 8,600.00 $8,600.00 10,000.00 $10,000.00 2400 * Ductile Iron Storm Sewer Pipe, 12 Inch Diameter Class 50 425 LF 105.00 $44,625.00 140.00 $59,500.00 2401 * Ductile Iron Storm Sewer Pipe, 8 Inch Diameter Class 50 155 LF 94.00 $14,570.00 120.00 $18,600.00 2402 Storm Sewer Pipe, 12 Inch Diameter 160 LF 94.00 $15,040.00 50.00 $8,000.00 2405 Abandon Existing Storm Sewer Pipe 4 EA 1,900.00 $7,600.00 800.00 $3,200.00 2406 Abandon and Fill Existing Storm Sewer Pipe 32 LF 60.00 $1,920.00 40.00 $1,280.00 2407 * Remove Existing Storm Sewer Pipe or Culvert 15 LF 35.00 $525.00 45.00 $675.00 2410 * Catch Basin, Type 1 10 EA 2,800.00 $28,000.00 1,800.00 $18,000.00 2415 Catch Basin, Type 2, 48 Inch Diameter 1 EA 3,200.00 $3,200.00 2,500.00 $2,500.00 2420 Bi-Directional Vaned Catch Basin Frame and Grate 4 EA 800.00 $3,200.00 1,000.00 $4,000.00 2425 * Vaned Catch Basin Frame and Grate 2 EA 800.00 $1,600.00 1,000.00 $2,000.00 2430 * Catch Basin Rectangular Frame and Solid Cover 3 EA 800.00 $2,400.00 1,000.00 $3,000.00 2435 Manhole Circular Frame and Cover 2 EA 800.00 $1,600.00 1,000.00 $2,000.00 2440 Shoring or Extra Excavation Class B 1,200 SF 10.00 $12,000.00 2.00 $2,400.00 2445 * Pipe Zone Bedding 320 TON 63.00 $20,160.00 45.00 $14,400.00 2450 * Bank Run Gravel for Trench Backfill 450 TON 63.00 $28,350.00 40.00 $18,000.00 2455 * Foundation Material, Class I and II 50 TON 63.00 $3,150.00 60.00 $3,000.00 2500 Uniformed Off -Duty Police Officer 100 HR 138.00 $13,800.00 135.00 $13,500.00 2505 * Traffic Control Labor 1,450 HR 63.00 $91,350.00 75.00 $108,750.00 2510 * Traffic Control Supervisor 500 HR 70.00 $35,000.00 100.00 $50,000.00 2520 Temporary Traffic Control Devices 1 LS 6,000.00 $6,000.00 15,000.00 $15,000.00 2530 * Portable Changeable Message Sign (PCMS) 80 DAY 230.00 $18,400.00 95.00 $7,600.00 2540 * Construction Signs Class A 500 SF 6.00 $3,000.00 12.00 $6,000.00 2545 * Temporary Pavement Marking - Short Duration 1,800 LF 1.00 $1,800.00 1.00 $1,800.00 2580 Raised Pavement Marker Type 2 0.5 HUND 115.00 $57.50 1,000.00 $500.00 2585 * Parking Paint Stripe 100 LF 2.00 $200.00 1.00 $100.00 2600 Profiled Plastic Wide Line 80 LF 30.00 $2,400.00 9.00 $720.00 2625 * Plastic Stop Line (24 Inch Wide) 25 LF 34.00 $850.00 14.00 $350.00 2630 Painted Traffic Letter 1 EA 600.00 $600.00 100.00 $100.00 2640 Plastic Traffic Arrow 2 EA 600.00 $1,200.00 250.00 $500.00 2660 * Painting Curb 115 LF 2.00 $230.00 2.00 $230.00 2670 Profiled Plastic Double Yellow Centerline 690 LF 18.00 $12,420.00 12.00 $8,280.00 2680 Single Solid Plastic Edge Line 550 LF 8.00 $4,400.00 6.00 $3,300.00 2700 Pedestrian Lighting 4 EA 12,000.00 $48,000.00 15,000.00 $60,000.00 2710 6 Foot Diameter Traffic Loop 2 EA 3,500.00 $7,000.00 2,000.00 $4,000.00 2730 Junction Box, Type 1 4 EA 2,300.00 $9,200.00 1,000.00 $4,000.00 2732 Junction Box, Type 2 1 EA 2,900.00 $2,900.00 1,500.00 $1,500.00 Go 00 M M H m N 3 d 07 N N 7 a' 06 t 0 v N a+ C O E s U M r Q Packet Pg. 326 10.A.a S. 240th Street and Russell Road TIB Sidewalk Improvements Bid Opening: December 6, 2022, 11:00 AM Disclaimer: These preliminary bid results are provided as a convenience to contractors for informational purposes only and do not identify lowest responsible bidder. Bid review by staff and final award pending. TOTAL 9 Olson Brothers Excavating, Inc. 6622 112th Street E. Puyallup, WA 98373 $2,488,229.50 Engineer's Estimate Drew Holcomb $2,382,735.00 ITEM DESCRIPTION QTY UNIT UNIT TOTAL UNIT TOTAL NO. PRICE AMOUNT PRICE AMOUNT 2740 Supply and Install 2 Inch Diameter Schedule 80 PVC 1,400 LF 51.00 $71,400.00 35.00 $49,000.00 Conduit 2750 Illumination Wire - 6/3 BLACK STRANDED AL ERSKINE 630 LF 15.00 $9,450.00 3.00 $1,890.00 URD TRIPLEX CABLE 2760 Sand for Conduit Bedding 50 TON 70.00 $3,500.00 50.00 $2,500.00 2800 * Inlet Protection 5 EA 67.00 $335.00 100.00 $500.00 2810 * ESC Lead 100 HR 92.00 $9,200.00 100.00 $10,000.00 2815 * Street Cleaning 80 HR 242.00 $19,360.00 150.00 $12,000.00 2820 Street Tree Frame and Grate, Planting and Staking 6 EA 1,700.00 $10,200.00 3,000.00 $18,000.00 2822 Street Tree (No Grate), Planting and Staking 1 EA 900.00 $900.00 2,000.00 $2,000.00 2827 Landscape Restoration 1 FA 5,000.00 $5,000.00 5,000.00 $5,000.00 2830 * Seeding, Fertilizing, and Mulching 0.10 AC 13,000.00 $1,300.00 5,000.00 $500.00 2835 * Topsoil Type A 100 CY 70.00 $7,000.00 120.00 $12,000.00 2840 * Wood Chip Mulch 20 CY 60.00 $1,200.00 125.00 $2,500.00 2845 Existing Irrigation Systems Repair and/or Relocation 1 FA 1,000.00 $1,000.00 1,000.00 $1,000.00 2850 Erosion/Water Pollution Control 1 FA 10,000.00 $10,000.00 10,000.00 $10,000.00 2855 SPCC Plan 1 LS 1,100.00 $1,100.00 1,000.00 $1,000.00 SCHEDULE II TOTAL $1,042,646.50 $1,030,800.00 SCHEDULE III: HOGAN PARK OVERLAY - NON -ELIGIBLE 3000 Mobilization 1 LS 10,000.00 $10,000.00 30,000.00 $30,000.00 3010 * Remove Existing Asphalt Concrete Pavement 130 SY 22.00 $2,860.00 8.00 $1,040.00 3060 * Roadway Excavation Incl. Haul 50 CY 60.00 $3,000.00 50.00 $2,500.00 3065 * Unsuitable Foundation Excavation Incl. Haul 10 CY 60.00 $600.00 50.00 $500.00 3075 * Gravel Borrow, Including Haul and Compaction 50 TON 54.00 $2,700.00 40.00 $2,000.00 3080 * Crushed Surfacing Top Course, 5/8 Inch Minus 50 TON 60.00 $3,000.00 50.00 $2,500.00 3095 HMA Class 1/2", PG 58V-22 for Full Width Overlay 1,100 TON 155.00 $170,500.00 170.00 $187,000.00 3105 Asphalt Cost Price Adjustment 1 CALC 10,000.00 $10,000.00 10,000.00 $10,000.00 3110 * Planing Bituminous Pavement 1,000 SY 19.00 $19,000.00 10.00 $10,000.00 3115 Asphalt Interlay Fabric 2,050 SY 8.00 $16,400.00 10.00 $20,500.00 3120 PG Tack for Pavement Reinforcement 410 GAL 1.00 $410.00 1.00 $410.00 3505 * Traffic Control Labor 100 HR 63.00 $6,300.00 75.00 $7,500.00 3510 * Traffic Control Supervisor 40 HR 70.00 $2,800.00 100.00 $4,000.00 3520 Temporary Traffic Control Devices 1 LS 2,000.00 $2,000.00 5,000.00 $5,000.00 3585 * Parking Paint Stripe 3,200 LF 2.00 $6,400.00 1.00 $3,200.00 3655 Handicap Parking Symbol 5 EA 175.00 $875.00 500.00 $2,500.00 3660 * Painting Curb 2,700 LF 2.00 $5,400.00 2.00 $5,400.00 3850 Erosion/Water Pollution Control 1 FA 5,000.00 $5,000.00 5,000.00 $5,000.00 SCHEDULE III TOTAL $267,245.00 $299,050.00 .r Q Packet Pg. 327 10.A.a S. 240th Street and Russell Road 9 TIB Sidewalk Improvements Bid Opening: December 6, 2022, 11:00 AM Olson Brothers Excavating, Inc. Engineer's Estimate 6622 112th Street E. Drew Holcomb Disclaimer: These preliminary bid results are provided as a convenience to Puyallup, WA 98373 contractors for informational purposes only and do not identify lowest responsible bidder. Bid review by staff and final award pending. TOTAL $2,488,229.50 $2,382,735.00 ITEM DESCRIPTION QTY UNIT UNIT TOTAL UNIT TOTAL NO. PRICE AMOUNT PRICE AMOUNT SUMMARY: SCHEDULE I TOTAL $1,178,338.00 $1,052,885.00 SCHEDULE II TOTAL $1,042,646.50 $1,030,800.00 SCHEDULE III TOTAL $267,245.00 $299,050.00 CONSTRUCTION CONTRACT TOTAL $2,488,229.50 $2,382,735.00 r+ Q Packet Pg. 328