Loading...
HomeMy WebLinkAboutCity Council Meeting - City Council Meeting - 04/16/2024 KENT CITY COUNCIL AGENDA • Tuesday, April 16, 2024 KENT 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/CityofKent, and www.youtube.com/user/KentTV21 To listen to this meeting, dial 253-215-8782 or 253-205-0468 Enter Meeting ID: 82979108067 Join the meeting Mayor Dana Ralph Council President Satwinder Kaur Councilmember Bill Boyce Councilmember Marli Larimer Councilmember John Boyd Councilmember Zandria Michaud Councilmember Brenda Fincher Councilmember Toni Troutner ************************************************************** 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. Appreciation for Councilmember Bill Boyce's 12 Years of Service on the Puget Sound Regional Fire Authority Governance Board ii. Presentation of Life Saving Award to Logan Lewis iii. Appointments to the Kent Bicycle Advisory Board iv. Recognition of Kent 101 Graduates B. Community Events C. Public Safety Report S. REPORTS FROM COUNCIL AND STAFF A. Mayor Ralph's Report B. Chief Administrative Officer's Report City Council Meeting City Council Regular Meeting April 16, 2024 C. Councilmembers' Reports 6. PUBLIC HEARING 7. PUBLIC COMMENT The Public Comment period is your opportunity to speak to the Council and Mayor on issues that relate to the city of Kent or to agenda items Council will consider. This is not an open public forum and comments that do not relate to the business of the city of Kent are not permitted. Additionally, the state of Washington strictly prohibits people from using this public comment opportunity for political campaign purposes, including to support or oppose a ballot measure or any candidate for public office. Speakers may not give political campaign speeches but must instead speak concerning a matter on the City Council's agenda or matters concerning the general business of the City of Kent. Further, in providing public comment, speakers must address the Mayor and Council as a whole; remarks intended to target an individual on the dais are not permitted. Finally, please note that this public comment opportunity is for you to provide information to the Mayor and City Council that you would like us to consider, but we will not be able to answer questions during the meeting itself. The City Clerk will announce each speaker. When called to speak, please step up to the podium, state your name and city of residence for the record, and then state your comments. You will have up to three minutes to provide comment. 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 CityClerkokentwa.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 CityClerk0kentwa.gov. Alternatively, you may email the Mayor and Council at MayorpKentWA._gov and CityCounci10KentWA..ocovv. Emails are not read into the record. S. CONSENT CALENDAR A. Approval of Minutes i. Council Workshop - Workshop Regular Meeting - Apr 2, 2024 5:15 PM ii. City Council Meeting - City Council Regular Meeting - Apr 2, 2024 7:00 PM B. Puget Sound Regional Council's Transportation Alternatives Grant for the Meet Me on Meeker - Washington to Thompson - Authorize C. Agreement with EarthCorps for Mill Creek Canyon Trail Repair - Authorize D. Consultant Services Agreement with Herrera Environmental for the Boeing Rock Enhancement Project - Authorize E. Highway Safety Improvement Program - City Safety Road Diets Grant - Accept Additional Funds F. 132nd Avenue S.E. Multi-Use Path - Transportation Improvement Board Grant - Authorize City Council Meeting City Council Regular Meeting April 16, 2024 G. Appointments to the Kent Bicycle Advisory Board - Confirm 9. OTHER BUSINESS 10. BIDS A. 2024 Pavement Preservation Bid - Award B. 2024 Asphalt Grinding Bid - Award 11. EXECUTIVE SESSION AND ACTION AFTER EXECUTIVE SESSION A. Current or Potential Litigation, as per RCW 42.30.110(1)(i) 12. ADJOURNMENT For additional information, please contact Kimberley A. Komoto, City Clerk at 253-856-5725, or email CityClerk@kentwa.gov. Any person requiring a disability accommodation should contact the City Clerk at 253-856-5725 in advance of the meeting. For TDD relay service, call Washington Telecommunications Relay Services at 7-1-1. 4.A.2 \`�� • rf►►� • Irlt►►► r1111►► . r1111►1 v • llif►►1 . II111►1 �IIh►1 ., IIIt1► '�1� 1,� ,III .�� (IIIIII /IIIIII 11 IIIIII 1 1 /IIIII IIIII 1 /IIIII(,�1/ III ♦1�••. w'�i�E :.��g �I 1, 'ii1 111 I I is /1 II III �t/111i1Ir1I1 4a. ,g,� 4a. 4a I IIfl.l I lllr I1 vTr l l II.III\ 111 11��f 11�♦ "IIIII .. ,-.r 11 '.'n.11.�!rv..,.,�.1 I1 9/I 11 1 1 �1 r,.,,.:1 I ,ppe. ' ,..� �,. � „¢:A 11;„•na 1 I.ei,�!'1 I 'a.11) 1 1 1 11/A \\� ..44 iA4 ;., s;=�l �/W'... .�oll, I,+.,� i ':r�......•S �; �;• e-::# �,''e:'�, �ra �,�4'nY%� • ICE Sy t:�`dY \\l�'. 1 ��77// ...Mks•: .. .. :•7'�• - -. �!} �1' ;�> III IIIIII ��: ,,,IIIIII IIIIII a •P z_.•:.>., � - r: • > 11'1'lll IIIIII .:.�•� IIIII <<; ,>> �C '.-• � i111�i'r�ll l���l'I'd/ „���I����I I/ii'i�I t'�IIt'h1,, :A,IIIIII �����hs � �' 1���1`r1�ll ��;.• •; .� . u�1i1:11111/liuu/1i1.� Ililiu/u11111111iuu11�1` uu/1i111111i1iuu11i11 �li/u//1�l�llllil C ,,,�, IIII,_.... d .. 11. 1:11111 :1 :1/11,_. :1 ♦III ((�(CC. )� C �_ � �.'�N•.rr_i.Hr1W.'p�.J..::srr♦�r��v..:ii..111.W.`_`�: '�..v.. �.IIrr1.,�.."....i11��H'�- \`.:IElla,".- /� �`\\ .I�a4.. .�111.111.11.• J.�11.11�1�w_........��111�.��.... '�.I.�....::!��1111�..�.'.`�'::�"�!i1.111.1���.:i!�bQl_.//'''' -= <�,,,, .o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o::o. �;;;,,-.-",•<:;:� • ) .., o o he ?• a� V Savi o ► o �� po f 0 o Awarded to o El Logan Lew i s Q a '• � o D a • ,a y ,� p For his life saving actions on March 26,2024. Logan'sactions in administering the Heimlich Maneuver, resulting in the saving of a life,showcasesthe skills and values upheld by Scouting BSA. His quick thinking and immediate efforts are greatly commended. g Al VW 0 0 rn April 16,2024 ° a` 1 G-�4 lad•z� p c oDate Mayor Dana Ralph o = o 0 oS, E E .i!i�i!:!i!ei:YS�::Ji!i!di!i!i!3:�:3>`:`':O � �������:::�:.::::i!i!i�i!i!i!:!:ti!:.:'."'''•':5!:!i!i4!i4!i:::.:,�::r. �C:•J:$:': �If11111rr1•Irrf11tl1rd;�3p°3 `e, a'^fye Ilirr.rrft IrrF'st��1 Irrl•Irh ��(i iI IIII/LIIIII III? O, O1 �? (IIIINIIIIfI/1tItI/1I I/It1/1/IIII IIII •. `` 'J �> 111111111111'��'��1���1�►���1 � o, .o: �.;.�� ��'�" �► 1111111�• IIII 1 � //'C ii r .11 � �ss Hsu,`': y 14 5 I ye s .. •• r • )y ''•�, /,LL rl r r -:::..Or.N1� w� e.•s •.: �'r P,�a°"e�) r s I �s•�. Q ,.� �� s.•5 r i'Ill � /�Ir����1'r�'YF lam.'` dIIII.rr � i�� �� � ti�� I�I�I)1 � �•O ..a p •� 1�I�I 1 �� wo �.'• of I I I II a � • Y am I w I 1 JIIIIII _ •O •'�p p;O�•�•• I'1//'I G O..:: Packet Pg. 4 5.B DO C re P� o of department highlights April • 2024 cC ADMINISTRATION community and sacrifice to accomplish a a seemingly impossible dream. Administration o Saturday May 4th 11-4pm: Space for ; • The City's purchase of the lot in downtown all STEM Festival at the Showare Center 0 Kent at the corner of West Meeker Street with Keynote speech from Mr. Jose and 2nd Avenue is final and closed. Staff o will soon begin the process of developing Hernandez y both short term and long-term plans for c the property. • The City and the Puget Sound Regional Fire Economic Development Authority are parties to an interlocal Staff, in partnership with Administration's o 0. agreement for services. Per the agreement, Race and Equity team, are managing the the RFA provides the City with fire planning, logistics and promotion of the prevention services, emergency upcoming Space for All STEM Festival set a) management services, fire investigations. for May 4th at accesso ShoWare Center. The City provides the RFA with landscaping Held on National Space Day, the festival is o and facilities services. The parties are a collaboration between the City of Kent, > renegotiating the interlocal agreement the Kent School District and the Kent 2 which expires at the end of this year. Community Foundation, and will feature h Clerk's Office interactive fun for kids and their families. • The Clerk's Office was extremely busy The event will be capped off with a keynote a during the month of March. presentation from retired NASA astronaut, a o More than 997 requests were closed Jose M. Hernandez, whose remarkable iE U out, including 330 body worn camera journey is depicted in the recent Amazon videos that totaled more than 7,300 Prime movie 'A Million Miles Away,'. The 2 minutes of footage that was movie will be shown May 3 at Kherson M reviewed/redacted. Park. The weekend's events aim to encourage kids to dream big and spark E Race and Equity E • The Race and Equity team have teamed up their curiosity for science, technology, 0 with ECD to bring a stellar weekend in engineering and math. Kent. This collaboration will bring two Following the City's recent Career and events celebrating National Space Day. Technical Education (CTE) presentation to o Friday May 3rd at 7:30 pm: Kherson the Kent School Board and City Council, Park Movie screening of"A Million Miles staff have met with the Kent School District Away", a biopic about Jose Hernandez CTE, AJAC Advanced Manufacturing and his path from a farm worker to Apprenticeships, and Washington Alliance becoming an engineer and an for Better Schools to explore partnerships astronaut. A tale of perseverance, and programs to provide employment- Page 1 of 11 Packet Pg. 5 5.6 ready educational pathways for Kent service experience including his most students. recent role as a bank teller at a local bank. • Staff are leading the coordination effort Accounting with Kent's Public Works Dept. and the The General Ledger Team is kicking off the Kent School District to make federal grant 2023 Financial, Single, and Accountability requests to help fund athletic field audits. Data sharing agreements, improvements at Mill Creek Middle School. Permanent File updates, and other starting Long Range Planning procedures have begun. • Staff attended a training titled "Redlining's The sales tax rate increased by 0.1% for all Hidden Legacy: Racial Disparities in cities within and includingKin Count Property Tax Systems." This training g effecting April 1, 2024. The new sales tax presented GIS-based data and case studies rate in Kent is 10.2%. Please reach out to to demonstrate how historical the Accounts Payable Team for assistance, n discriminatory practices have lasting if necessary. impact on property tax valuation today. Tax and Licensing The information will help inform the During the week of April 1, the Tax Division Comprehensive Plan Housing Element sent out 728 courtesy reminder emails that 0 update. the 2023 annual B&O tax returns are due E • The next Comprehensive Plan Community by April 30, 2024. ,° Advisory Group (CAG) meeting is on Wednesday, April 17 from 6-8 pm in a Council Chambers. Council, LUPB, and members of the public are welcome to Recruiting • Interviews next week: o attend to observe and listen in. Q. Staff are assisting Public Works with the o Environmental Compliance Specialist • Job changes: housing-related sections of their application L o Etuate Lolohea moving from temporary � for a PSRC transportation grant. position to MW1-Street Vegetation Building Services o Jaxon Sherwood moving from o • March Stats: Staff completed 843 temporary position to MW1-Street inspections, and 133 plan reviews. Vegetation • As of March 15, 2021 ICC Building codes o Jr Paea-moving from temporary position •T are in effect for all new construction in to MW2-Street E Kent. o Naarah Olive-moving from temporary a • Isaiah McElroy has joined the team as a position to MW2-Street a plans examiner. . Offers being made for: o Maintenance Central Financial Analyst c Labor Management :W Customer Service Negotiations - 12-hour shift to 10-hour 2 • Congratulations to Janessa Chun! Janessa shift (AC and Commander group) _ has been promoted from a Central LMM with AFSCME E Financial Analyst to a Senior Financial • Comp study - AWC U Analyst position in Customer Service. The • Job description update to Financial Analyst Senior Financial Analyst position was and Admin Assistant I recently vacated by Mariane Ely who Workday recently retired after working 24 years for Completed for Training for New the City of Kent. Department Liaisons • David Njuguna will be joining the Customer Developing Workday training for new hires Service team as an Account Representative Tracking, configuring, and testing multiple on April 16th. David has a lot of customer tickets with CVS (Workday consultants) Page 2 of 11 Packet Pg. 6 5.6 • Working on new time entry options for shared with staff once approved by the Council members required parties. • Pulling number for Budget HR Costing HR is hopeful for a small grant that will Allocation Factors allow the department to begin moving • Workday February 2024 Statistics: personnel records from paper to digital. 0 6859 - Total number of business Likely, the majority of funding and process events initiated during the resources will come in 2025. selected month. 0 293 - Total number of business process events that were initiated by a manager during the selected month Project Management Office 0 95 - Total number of business processes . Implementing an access management completed including new hires, solution for user accounts and ensuring terminations, and job changes. users are only assigned the permissions 0 54 - Total number of employee benefits the need to perform the duties and business processes completed in the responsibilities specific to their position as selected month. This includes well as better user lifecycle management ; retirement savings changes, addition of for users who onboard, change positions, U dependents to an enrollment, new and terminate city employment. E enrollments, and changes to eligibility. Implementing a secure email gateway ,° Benefits (SEG) solution to add a layer of visibility • The Wellness Committee is under way with and control to the City's email service. a planning for the Health Fair and Biometrics Enterprise Architecture event scheduled for May 8th. We are Implementation on 4/2 of the changes to anticipating over 30 vendors in attendance. the Datallow production system to improve Q. • Working on KPOA MOU changes and system performance. Finance Customer Teamsters CBA adjustments to Personal Service staff have reported a significant ) L Holidays - Workday configuration—testing increase in performance as a result, with is going well for both. some longer tasks and reports now running o Risk Management 30+% faster than before. Big thank you to w • The City's Safety Committee met on March Angie Puletu, Bart Hugg, and Rick 19. Bart Hugg was unanimously elected as Campbell for all their assistance with this N the Committee's new chairperson. Please effort. reach out to your department or division's Assisted CSO in troubleshooting and E Safety Committee member if you have any identifying an issue with the Bluebeam a safety-related concerns or topics you would integration for Amanda that was preventing like to learn about. uploading of files to Bluebeam. Department Updates Working with CSO to determine an c • HR is researching learning platforms to approach and putting to a plan for U support our future programs around upgrading the iNovah POS system. training and development planning. There Application Development E • Completed Integration between DataNOW E are some great capabilities within Workday and SwiftComp/y to provide utility billing c i that we may be able to leverage. We are data to online compliance system. comparing options along with our current . Completed Integration between MainTrac system, NeoGov. and GIS Data Warehouse to import Ops • HR and Multimedia are putting the finishing data into the GIS environment to feed touches on the new Career Page set to Parks analysis & dashboard(s). launch in May. • Working with PD Corrections and Black • Several departments have been working Creek (vendor) to map and migrate all with HR to update or create new policies necessary data from Tiburon into the new for the City. Any policy updates will be Jail Management System (JMS). Page 3 of 11 Packet Pg. 7 5.B • Completed and Deployed (into Test custody basis, 185 of them failed to appear environment) the first of 3 Sprints (just over a 21% FTA rate). containing several new In preparation for the April jury term, features/functionalities related to our prosecution prepared 98 cases for jury trial custom-developed, online Utility Tax filing spread across 84 defendants. Preparing & payments system. these cases for trial required prosecution to Infrastructure and Security Operations Center contact 234 civilian witnesses, conduct • Completed Integration between DataNOW interviews, and review all evidence and SwiftComply to provide utility billing associated with each case. As part of this data to online compliance system. process, prosecutors reviewed body cam • Completed Integration between MainTrac footage that totals over 273.5 hours in and GIS Data Warehouse to import Ops length, which is over 34 days of work for a data into the GIS environment to feed single full-time employee. a Parks analysis & dashboard(s). Advised Parks staff regarding agreements co • Working with PD Corrections and Black with Kent School District (KSD) for shared a Creek (vendor) to map and migrate all use of KSD facilities. necessary data from Tiburon into the new Assisted Kent Senior Activity Center staff ; Jail Management System (JMS). with negotiation and renewal of several L) • Completed and Deployed (into Test agreements for services, including lunch E environment) the first of 3 Sprints service. ° containing several new Advised Parks staff on agreement for features/functionalities related to our concessionaire services at Hogan Park and a custom-developed, online Utility Tax filing Service Club Ballfields. & payments system. Finalized the purchase of 302 W. Meeker Service Desk Street, located in downtown Kent on the a • We would like to congratulate Toni Dang corner of 2nd Avenue and Meeker Street, for graduating from UW Tacoma this past for future expansion of Kherson Park. ) month with his B.S. in Information Assisted the Clerk's Office with the Technology specializing in Information coordination and processing of large public o Assurance & Cybersecurity. records requests. a, Business Systems Assisted the HR Department with a number • Network printer installs will transition to of sensitive employment and labor related N PrinterLogic. matters. c • MDC replacement Pilot project is in full Advised City departments on several E flight. procurement and contract matters related w to various ongoing projects. • Assisted outside counsel on a number of Received a total of 222 cases from the cases currently in litigation. • 2 Police Department to review and assess for Worked with staff to acquire the property cc the filing of criminal charges during the rights necessary to complete various projects throughout the City. month of March. Of those cases, 84 were E for in-custody defendants which PARKS, necessitated rush filing the next business COMMUNITY SERVICES U day after arrest. • Covered 72 court calendars in March, which Recreation and Cultural Services included 1,654 cases scheduled for . A new exhibit is up in the Centennial hearing, spread across 1,118 defendants. Center Gallery. Artworks by Kay Bae and Of those, 491 cases were for 259 Clare Johnson will be on display from April defendants who were held in-custody. Of 2 through May 23. the remaining 859 defendants who were . T-ball and Tossball teams (ages 4 years required to appear in court on an out-of- old-2nd grade) are in their second week of Page 4 of 11 Packet Pg. 8 5.6 practice. There are currently 16 teams of Staff presented to Rotary Club of Kent and youngsters learning the game of baseball. Kent Sunrise Rotary Club, sharing details The jamboree (pictures and a practice and promoting the 2024 Fishing Experience game) will take place on Saturday April 20, scheduled for Saturday, May 18. Rotary 2024 at Service Club Ballfields. Club of Kent has been the main sponsor • Pre-k - 8th grade spring soccer is since the inception of the Old Fishing Hole. underway with 81 teams practicing at They donated money and supplies that Wilson Playfields. This inaugural spring helped rebuild the park in the 1980's. The soccer season for grades 2nd-8th is Fishing Experience, now in its 35th year, proving to be very successful with an has evolved to include a variety of unexpected number of participants. The activities in addition to fishing instruction soccer jamboree, which features a practice and cleaning; Washington State Coast game and team pictures, is scheduled for Guard educates kids and their families a Saturday April 27, 2024 at Wilson about water safety, boating safety and Playfields. environmental stewardship; the Kent • Both Meridian and Mill Creek Afterschool Sunrise Rotary Club donates fishing poles programs are thriving with a variety of to give away to the participants. A huge ; engaging activities! Cooking sessions at thank you to the State Department of Fish 0 Meridian Middle School continue to be a hit, and Wildlife who will once again donate E teaching culinary skills while preparing 1,500 Rainbow Trout. The Fishing ,° delicious treats for participants. Sports Experience is a true community event that programming, based on teen participant betters the lives of kids and their families. a interest, is extremely popular with The Kent Senior Activity Center tallied over increasing participation in volleyball and 15,000 check-ins in the first quarter of V_ basketball. Staff participated in a school 2024. Senior participated in 1,100 a hosted Family Night event last week, activities showcasing vibrant community offering badminton and pickleball activities engagement; weekday lunch program ) L in the main gym. This proved to be a served 3,000 meals; dedicated volunteers fantastic way to meet parents and siblings contributed 3800 hours, ensuring smooth o of the Meridian MS teens while bringing operations, with an additional 4525 hours > everyone together. Mill Creek Afterschool is for community support programs. W celebrating similar success offering diverse Facilities N culinary experiences, exposing students to • Senior Center Microgrid (solar + battery 'c new and exciting dishes from different storage) project is in the design phase E cultures. Fufu, Jollof rice, Tanghulu, and Commerce notified us 4/10/24 that they're w Gyozas are just a few examples of things sending a modified contract to include the students have made in the past month. 2025 consolidated budget. U The enthusiasm and enjoyment the Courthouse and Corrections generator c students are experiencing while trying out project is in the final stage still. The W these dishes and developing cooking skills cutover is completed with PSE and the is a measure of the success of the cooking Contractor and commissioning took place program. This site has also seen on 4/9/24. There's one last shut down E significant growth in sports programming schedule to decommission the old U with doubled participation in soccer. Teens generator and the generator will be online. say that participation in this program is From there, the final site work and removal what they look forward to the most all day. of the old generator will happen. Overall, both afterschool programs are Kent Commons renovation bid was providing valuable opportunities for awarded to Boyce Construction. We learning, skill development, community conducted the Pre-Con meeting on 4/8/24 building, and fun. Programming is designed and the contractor to start work and be on to cater to the diverse interests and tastes site 4/15/24. of the students involved. Page 5 of 11 Packet Pg. 9 5.6 • Court room renovations are close to Riverbend's Players' Assistants volunteer completion in rooms 3 and 4. The new program commenced on Monday, April 1st lawyer tables were pushed to end of April, with over 50 volunteers assisting in when those arrive the new A/V hardware facilitation of pace of play guidelines and will be installed and the rooms turned over. overall guest experience. • Siemens HVAC controls project is still in the punch list phase as we continue to work through items that need to be fixed before we call it complete. Staff Changes • Centennial Center fire alarm upgrades is in Arjona, Oziel, Resignation (due to family process and the vendor, Convergint, is obligations), 4/4/24 Significant crime activities/ procuring all materials. The permit intake was completed and the vendor's schedule arrests /investigations shows it starting the week of 4/22/24. On March 26, 2024, at 12:33 PM, officers • We're starting to work on Senior Center responded to an incident initially reported as a hit-and-run at Meeker Street Bar and and Golf Course security camera and — access control upgrades now. The timeline Grill, 1700 W Meeker. Subsequent 3 for those will be Q1 into Q2 of 2024. interviews revealed a robbery with a victim 0 • The Custodial Lead, Cheryl Fuller, started accosted by an unknown individual E on 4/1/24. Welcome Cheryl! demanding possession at knifepoint. The o • Starting to plan upgrades and small situation escalated with a vehicular y renovations for offices at Station 74 with collision, culminating in the suspect's c Police. apprehension following a foot chase. • New laundry equipment installed at Early on March 27, 2024, at 04:28 AM, -- Corrections on 4/10/24. officers were dispatched to a robbery at o • KEHOC mobilization started on 4/10/24 711, 511 Central AV S. Initially stemming from a shoplifting incident, the situation and the fully starting on 4/15/24. escalated into an armed robbery when the L_ • Continuing to support Public Works with 4) security camera installations. suspect returned, brandishing a knife, and th • Working on fire alarm panel upgrades at threatening a male individual. An officer's o Commons. critical assistance in translating Punjabi • Finalizing the EECBG grant for solar panels with an employee significantly expedited N at Commons. the gathering of probable cause, leading to .E Housing and Human Services the suspect's swift apprehension near 200 .9 The Human Services Funders Collaborative E Gowe ST. Despite the suspect's attempt a • (HSFC) application period for 2025-26 to flee across railroad tracks. funding closed on April 8 at 4:00 pm. 155 • On March 29, 2024, officers responded to a programs submitted applications to Kent felony order violation involving an ex-wife's c requesting $7,253,688. Human Services unit at Ventana. The suspect barricaded Commissioners and community reviewers himself inside but surrendered peacefully will begin the review process later this after some time, reqiring the officers' month. patience and professionalism. E Riverbend Golf • On March 27, 2024, at 11:16 PM, officers 0 • On Sunday, March 17th, Riverbend Golf responded to a burglary at LA Fitness, 520 Complex the U.S. Kids Golf Championship Washington AV S. An employee reported with over 130 juniors from around the that at least one suspect had forcibly region. entered the building through a broken • Spring aeriation began Monday, March 18th door. Despite uncertainties about the and was completed Thursday, March 21st. number of suspects inside, officers swiftly The process included aeriation and sanding evacuated the employee, secured the of the greens, collars, approaches, and tee expansive premises, and executed a boxes. systematic search, ultimately finding no Page 6 of 11 Packet Pg. 10 5.B individuals on site. Their thorough efforts gunpoint during a transaction involving the were notable given the property's status as sale of an iPhone. abandoned and for sale. On April 4, 2024, at 11:31 AM, officers • On March 29, 2024, at 03:40 AM, patrol responded to a shooting at 8700 S 222 St. units intervened in a robbery at 14400 SE Two victims were found and transported to 263rd St. The victim's encounter, Harborview Medical Center. The incident originating from a Tinder interaction a stemmed from a dispute over a phone sale, mere hour prior, escalated into a violent leading to the arrest of two suspects with robbery involving a handgun, highlighting the assistance of SIU. the dangers of such online connections. On April 6, 2024, officers responded to a • On March 29, 2024, an incident involving a threat involving a gun at WinCo, 21100 threatening individual occurred at Horizon 91st PI S. A victim reported being Elementary, prompting a lockdown. The threatened and assaulted during a child individual parent was later arrested and exchange. The suspect was located and co booked. arrested without incident after a • On March 29, officers investigated a coordinated search. domestic incident at Arbor Chase, On April 7, 2024, at 4:48 AM, officers ; coordinating with other agencies to responded to a burglary at E-Z Store, L) document the assaults and apprehend the 26000 Pacific Hwy S. Suspects used a E armed suspect, who was subsequently stolen vehicle to gain entry, stealing vape ,° booked on felony charges. supplies and cash before fleeing. • On March 30, an officer demonstrated On April 8, 2024, officers responded to a a professionalism and tact in addressing a residential burglary at 206 W. Willis. A water leak complaint at Berkley Heights, suspect was apprehended after attempting successfully managing a delicate situation to flee the scene. Charges related to the a involving a resident with mental health burglary were negated, but the suspect challenges. was arrested for possession of stolen ) L • On March 31, an officer conducted a property. thorough investigation into a verbal o domestic incident at the Sunset Motel, PUBLIC WORKS leading to the arrest of the male suspect Survey L based on evidence of prior physical • Survey Field staff are design mapping for N assaults provided by the female reporting Green River Natural Resources Area ` party. (GRNRA) and providing construction stakes • On April 1 2024 at 1:40 PM officers a responded to Kent Meridian High School for 76t" Ave. improvements and the regarding a student allegedly in possession roundabout project at 108 Ave SE and SE 2641h ST. E of a firearm on school grounds. The school • Survey Professional staff are supporting 2 was placed on lockdown, and in the FEMA CRS Activity 440 BMM M collaboration with school security officers, Certification and right of way on all current the student and the firearm were found in capital projects . E the student's backpack. E • GIS staff provided data clean-up for o On April 2, 2024, at 11:14 AM, officers U responded to Wingstop at 300 Ramsay Way GIS/Laserfiche linkages, support for the for an armed robbery. A suspect stole food Lead Water Service Line inspections, Amanda data validation, Water data intended for a delivery driver and brandished a firearm when confronted by comparison for the hydraulic model, an employee. Comprehensive Plan data sharing and a n April 3, 2024, at 5:29 PM, officers provided the Law Department an aerial • responded to a robbery at Driftwood, 1600 imagery map exhibit. W James PI. The victim was robbed at Page 7 of 11 Packet Pg. 11 5.6 • GIS Supervisor is supporting the Single 2024 Pavement Preservation (Overlay): Sign-on for Cityworks and the GIS Portal Received TIB approval to Ad, and took to scheduled for the end of April. COW for grant acceptance on 4/2/24. Environmental Addendum 1 went out on 4/5/24. Ad Date • Site Clean-up (Mayor's Homeless Task of 3/28/24 with 4/11/24 bid opening. force/On-Call Garbage Contract/State Willis Road Diet (Central to 3rd Ave) / Quiet Ramp Litter Clean-Up): New RFPs for on- Zone: Public Outreach required as a part of call clean-up of various city-owned the grant, field meeting with WSDOT last properties and ROW were advertised on week. Working with Transportation to April 8 and 15, with proposals due April 22. schedule meetings with the other Staff continue working with Totem Logistics stakeholders. to cleanup multiple city-owned Green River Bridge Painting and Deck properties/ROWs and state-owned ramps. Repair: Project Advertised Mar 12. Bid a Locations and priority areas have been opening scheduled for Apr 2. Three co identified and being discussed. addendums issued. Four bids received. • Green River Embankment Clean-up: Apparent low bidder is Merika Group, LLC Request for Contract in progress. with a bid of $2,715,885. Engineer's ; • Solid Waste Management Outreach: Estimate was $3,429,387. Documents sent 0 Coordinating with city departments about to WSDOT to review for compliance with E compliance with the new organics Federal requirements. Anticipate project to 0 management law and associated reporting go to Council Meeting Apr 16. requirements on compost use on projects. S. 224th St - Phase 3 West/Stage 1: a • Solid Waste Management Events: Project Advertised Apr 2. Bid opening o Recycling: First mini event is at the scheduled Apr 23. Continued coordination V_ Kent Library on April 19 from 1 - 4 p.m. with utility companies for relocations. a as part of Earth Day. 2024 - Mill Creek Reestablishment: Final o Adopt-A-Street/Spot: Final 1st quarter packaging underway. Advertisement ) L numbers: Volunteers: 173, Bags: 172, scheduled for Apr 11. Volunteer Hours: 246 Safe Routes to School - School Zone o • Habitat Area A (Lower Russell Levee): A Flashers: Project anticipated to be > feasibility and alternatives study is being advertised late April. W conducted by Herrera. Site visit with the SR 167 Median Drainage: Traffic control N consultant to assess site conditions was on plans submitted to WSDOT for approval. Friday April 12. CWM grant coordinator Anticipate feedback early May. E informed the City of the WRIA 9 review Construction w committee's recommendation to fund the 108th Ave SE and SE 264th St Compact project for the design phase. Roundabout: Grinding of pavement for new U • Boeing Rock Habitat Enhancement: CWM grades occurred Saturday, 4/6. Contractor c grant coordinator informed the City of the formed, poured and striped all remaining WRIA 9 review committee's conditional edge curb and roundabout/splitter island •2 recommendation to fund the project for the curb this week. Stamped colored concrete design phase. Public Works to discuss the islands was done on Wednesday, 4/10 and c comments with Parks. Finalizing grant final asphalt pavement done Friday, 4/12. U agreement for the King County Parks Levy- Open Space funding for this project. Design y • Reith Road - Vicinity S 253rd ST to SR 516: Northwest Cascade was low bidder (4 total) at $4,283,587.49, $4.8M was Engineers Estimate. Received and additional $239,250 in grant funds from TIB, taking to Council for Acceptance on 4/16/24. Page 8 of 11 Packet Pg. 12 5.6 Solid Waste staff cleaned up debris along S 2771" St from 1141" Ave to Auburn city - limits, SE Kent Kangley Rd from 132nd Ave SE to 116t" Ave SE, and performed hot spot inspections and responded to service requests at various locations Citywide. • Water Vegetation crews mowed and cleaned up debris at the Blue Boy Tank, • 84th Ave S (East Valley Highway) Kent POD 3, Seven Oaks Well, Kent and Preservation - S 212th St to S 196th St: Clark Springs, Guiberson Reservoir, and Continuing to demo curb and sidewalk the West Hill sites, and removed an old locations. First concrete pour was on fence at the Ravensdale Property. Tuesday, 4/9. Electrical subcontractor Street Vegetation staff removed weeds, installing junction boxes and new litter, and debris on Veterans Dr from pedestrian crossing hardware. Military Rd S to Russell Rd. -- The Sidearm mower crews removed weeds, - litter, and debris from Military Rd to Russell - Rd on Veterans Dr, mowed and line trimmed on S 2121" St from 64t" Ave S to E _ 68t" Ave S, removed and replaced trees ,° along 88t" Ave S, repaired a fallen protection fence at 116t" Ave SE and S Q 256t" St, and assisted with the Street Vegetation crews. • Mill Creek / 76t" Avenue S Culvert Wetland Mitigation crews removed weeds a Improvements: Crews will be mobilizing and litter at the East Clark Springs and April 15t", PCMS boards in place. Downey sites and fertilized and sowed ) Streets seeds at the Green River Natural Resource U • Street Maintenance crews prepared, poured Area (GRNRA) Nursery. o and backfilled sidewalks on Gowe St Water/Sewer between Railroad Ave and Central Ave, SE Water Distribution crews have been 256t" St, west of 104t" Ave SE, performed a working on finishing an 8" water main N hot patch repair for the Sewer section at extension at 25424 45t" PI SE. The crews •c McMillian St, east of State Ave, and on installed 150' of 8" ductile iron main for the E Military Rd on S 268t" St, bridge Sanitary Sewer group and is in the process a inspections at the North Frager Bridge and of chlorine injection, purities, and final tie the Don Wickstrom Bridge on S 277t" St, pieces to facilitate a 2" water service and Joe Jackson Bridge on Veterans Dr and at meter for the Solid Waste Sewer dump ii c the Green River Bridge on W Meeker St, site. Crews working to complete the lead ground sidewalks at 328 W Meeker St on cc service line inventory that is due October •2 4t" Ave S between W Meeker St and W 16t", 2024. Staff is down to 543 left to ' Gowe St on S 1241" St and 4t" Ave S, investigate out of 1073 services. Crews are E cleaned up the sand pile at the Kent East also preparing job site for a large vault ci Hill Operations Center (KEHOC), and filled install at Pumpstation 3, Lake Fenwick Rd, potholes with EZ Street Citywide. and Reith Rd. Hydrants and Large Meters • Signs and Markings crews replaced signs performed work with GIS inventory on for the retro-reflectivity program on SE water meters throughout the water 221St PI, east of 116t" Ave SE on 127t" PI SE system. Staff operated hydrants and and SE 216t" St, and performed sign performed hydrant maintenance. Staff maintenance at the East Hill, West Hill, and continues to keep up with locates City wide Valley South locations. and for emergencies. Page 9 of 11 Packet Pg. 13 5.6 • Sewer staff have been cleaning mains in Ave SE and at 127th PI SE and SE 208th the areas of SE 226th/108t", SE 234t" St St, and E Canyon Dr and 97th PI S, cleaned SE/116t" St, SE 232"d St/104t" and SE out Slurry Pit and hauled Vactor spoils at 233rd St/116t". Staff continues working with the Vactor site, and NPDES repairs at the Pump Station group to assist in wet various locations Citywide. well cleaning at various sites. Crew have Wetland Maintenance crews mowed and performed an asphalt patching on line trimmed at Kinsley Glen A at 14010 SE Riverview Boulevard in the Lakes area. 278th St, Kinsley Glen B at 27717 143rd PI Source, Supply and Pumpstation SE, Lake Meridian Outlet B at 15047 SE • Source and Supply staff have continued 272nd St, Eagle Creek at 13915 SE 280th working on the 212t" Treatment Plant PI, Parkview at 28709 142nd PI SE and at improvements including filter replacement Park Meridian at 14707 SE 272nd St, #2 lateral piping, replaced the potassium sprayed for poison hemlock at Horseshoe 2 permanganate tanks and equipment, Bend at S 259th St and 80th Ave S, pumps and mixers, filter work, assemble treated stumps with herbicide at Matheson = air, scout pipes and cleaning out the Park A at 13050 SE 222nd PI, Star Meadow underdrain pipe, worked on the coliform at 11208 SE 267th PI, Mack Park at 26701 ; monitoring plan, worked with Multi-media 112th Ave SE, Peter Short Plat at 11709 SE 0 to finalize 2023 water quality report, 242nd St, Kinsley Glen at 14210 SE 279th E caustic delivery for the East Hill Well and at St, Andrews Landing at 11923 SE 277th St, 0 Pumpstation #5, replaced the 8" Mag and at Ward Short Plat at 20930 104th PI meter and meter vault at Pumpstation #3 Se, mowed at LOE Estates Div 1 at 14624 a with Water Mains and Services, check fuel SE 246th PI, Div 4 at 24140 145th Ave SE, levels for generators, performed Country Club North Pond at 23905 139th Pumpstation and Pressure Reducing Valve PI, Jane's Place at 23716 138th Ave SE, a (PRV) checks, and monthly well head and Woodford Place at 23906 134th PI SE, sampling at various locations Citywide. and homeless camp cleanup at ShoWare on N L • SCADA staff worked on the SCADA upgrade 625 W James St. project, continued replacing old radios for Holding Pond crews line trimmed and o the radio upgrade project and removed the mowed at Parkview at 14320 SE 285th PI > temporary repeater radios at Fire Station and at 14110 SE 288th St, Chateau #74, installed Verkada cameras at Clark Meridian at 13217 SE 262nd St, Roytberg N and Kent Springs, and adjusted the at 27120 138th PI SE, Woodford Place at c cameras at the 2121" Treatment Plant. 23906 134th PI SE, Countyside at 24723 E • Pumpstation crews started site 132nd PI SE, Dravon at 27127 137th Ave w preparations for the generator replacement SE, Killa Hans at 142nd PI SE and SE 285th 2 project at the Victoria Ridge lift station, PI, Canary Hill at 13701 SE 255th PI, U performed yearly generator maintenance at Bonnie Lane at 26426 134th Ave SE, c GRNRA south, 8117, 8118, and Union Country Club Village 1 and 2 at 25109 Pacific, finished yearly generator oil change 142nd Ave SE, Meridian Pacific at 28023 •2 maintenance, and performed site checks at 153rd Ave SE and 28110 153rd Ave SE, ' E various Sewer and Storm Pumpstations Pacific Park A at 15212 SE 276th PI and at c Citywide. 15315 SE 276th PI, Heatherglen Estates at u Storm Drainage/Vegetation 13411 SE 253rd PI, Cedar Point at 13523 • Storm crews installed a catch basin and SE 253rd PI, Pacific Park B at 15212 SE pipe at 211 E Gowe St, changed out and 276th PI, Lake Meridian Outlet Channel C at repaired a catch basin at 24720 132nd Ave 14806 SE 274th St, and at GRNRA at SE and at 22611 109th PI SE. Crews also 21615 64th Ave S, and fertilized hanging performed National Pollutant Discharge baskets at the Rock Creek at 26127 SE Elimination System (NPDES) inspections on Kent Kangley Rd. SE 216th St between 124th Ave SE and Fleet/Warehouse 129th Ave SE, at SE 214th Way and 132nd Page 10 of 11 Packet Pg. 14 5.B • The Warehouse crew have 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) and motor pool vehicles to staff and hydrant meters to contractors, repaired small equipment as needed, received parts and inventory orders, hauled spoils as time and equipment were available and inventoried the small attractive assets. • Fleet staff ordered and set-up new CO vehicles, received a new service truck for C Water, brought in Side Arm Mowers to prepare for the mow season, air brake ; inspections, sent vehicles to auction and L) worked on scheduled and non-scheduled E maintenance repairs. ° N ### Q d O! O N N L V 0 d M L C E Q W d U c O :r M v C E E O U Page 11 of 11 Packet Pg. 15 8.A.1 Pending Approval City Council Workshop • Workshop Regular Meeting KENT Minutes WAS M IN G 7 0 N April 2, 2024 Date: April 2, 2024 Time: 5:15 p.m. Place: Chambers I. CALL TO ORDER Council President Kaur called the meeting to order. Attendee Name Title _� Status Arrived Satwinder Kaur Council President Present c Bill Boyce Councilmember Present John Boyd Councilmember Present o' L Brenda Fincher Councilmember Present Q Marli Larimer Councilmember Present Zandria Michaud Councilmember Present a Toni Troutner Councilmember Present r Ln II. PRESENTATIONS N 1 Riverbend Update Julie Parascondola 45 MIN. N N L 0. Parks Director Julie Parascondola presented the Council with an update on c the Riverbend Golf Complex. d General/Staff Transitions included three major retirements in addition to multiple promotions. Parascondola introduced Eric Henrichs, PGA, Golf Manager of Riverbend. a Parascondola reviewed statistics on 2023 visitor trends, 2023 visitor demographics, and where 2023 golfers came from. a a� 2016-2024 Riverbend Financials and 2023-2024 Riverbend Financials. In 2023, almost $600K in profit was realized. Parascondola provided information on the recent Half Lion Brewing Company bankruptcy and the mutual termination of lease. New restaurant Request for Proposal is coming soon. The City is working on new lease terms now and anticipate a new restaurant RFP will be out by the end of April/Early May. Eric Henrichs provided an overview of the 2023 key accomplishments, including general statistics, programs, capital and maintenance. Henricks Packet Pg. 16 8.A.1 City Council Workshop Workshop Regular April 2, 2024 Meeting Kent, Washington Minutes ......................................................................................................................................................................................................................................................................................................._............................................................................................................................................................................................................... went on to review the 2023 driving range performance. Henricks talked about operating challenges, including crime and vandalism. Continued operational challenges include the aging irrigation system, implementing a new point of sale system, implementation of new policies in alignment with the State Auditor's Office expectations, continued restaurant closure/constant turnover, full closure of the Meeker Street Bridge for painting, and the possible competition for golfers after the Auburn Municipal Golf Course installs a new driving range. a� r Henricks closed by reviewing the 2024 Work Plan highlights, including: c Operating the course 362 days a year 4- Landscaping and curb appeal projects 0 Installation of the City's new Verkada security system o Irrigation control systems upgrades a Sprinkler head replacement Q Resurfacing and leveling tee boxes New tee markers a Additional bunker sand Continue to repair aging cart paths LO v Driving range field improvements o Creation of a heavy equipment replacement strategy N Installation of heaters at the driving range a Welcoming a new food and beverage operation in late summer/early fall. a 0 Councilmembers expressed appreciation of the work of Parascondola and golf staff. 2 "Project Be Free" Pilot Program Sergeant Meyer 30 MIN. a� c Sergeant Meyer provided information on the Project Be Free Pilot Program and introduced Katya Wojcik, Executive Director and Founder and Joel Thomas, Community Outreach Manager and Founder. N a� Meyer advised Project Be Free responds to domestic violence incidents that =_ serves all of King County through outreach and direct connections. Services are offered to everyone affected by domestic violence, including defendants to address underlying issues. Services can include: housing, food, security, and protection orders. This program serves as a barrier to end behavior. Project Be free partners with local law enforcement as a co-responder. Officers are trained and Project Be Free follows up with officers on the services provided. ......................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Page 2 of 3 Packet Pg. 17 8.A.1 City Council Workshop Workshop Regular April 2, 2024 Meeting Kent, Washington Minutes ......................................................................................................................................................................................................................................................................................................._............................................................................................................................................................................................................... The Co-responder model is working. It is referral based and Project Be Free is open to the public. Councilmembers expressed appreciation of the program and are pleased that officers are utilizing their services. Wojcik provided statistics on services provided. The goal of the program is to keep families together. c Meeting ended at 6:18 p.m. o K%warn Le,y A. Ko-ww-to- o'L City Clerk CL IL LO T Ln 14 N O N N L CL Q O d Cam_ G d V CL d V V Q N Cam_ G ......................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Page 3 of 3 Packet Pg. 18 8.A.2 Pending Approval Kent City Council • City Council Regular Meeting KENT Minutes WAS M IN G 7 0 N April 2, 2024 Date: April 2, 2024 Time: 7:00 p.m. Place: Chambers 1. CALL TO ORDER/FLAG SALUTE Mayor Ralph called the meeting to order. a c 2. ROLL CALL Attendee Name AMT Status Arrived o Dana Ralph mayor Present Satwinder Kaur Council President Present ° Q. Bill Boyce Councilmember Present �- a John Boyd Councilmember Present Brenda Fincher Councilmember Present a. 0 Marli Larimer Councilmember Present Toni Troutner Councilmember Present N Zandria Michaud Councilmember Present N N 3. AGENDA APPROVAL a Q A. I move to approve the agenda as presented. o a� RESULT: MOTION PASSES [UNANIMOUS] MOVER: Satwinder Kaur, Council President SECONDER: Bill Boyce, Councilmember c AYES: Kaur, Boyce, Boyd, Fincher, Larimer, Troutner, Michaud r a as U 4. PUBLIC COMMUNICATIONS a as A. Public Recognition c L Employee of the Month Mayor Ralph recognized Heath Brackett, GIS Supervisor, as the City's April 2024 Employee of the Month. ii. Proclamation for Arbor Day Mayor Ralph presented the Proclamation for Arbor Day to Margaret Wagner, the City's Natural Resources Coordinator. Wagner expressed appreciation and invited the public to attend the Green Kent Arbor Day event at Riverview Park on April 6, 2024 from 9 - noon. Packet Pg. 19 8.A.2 Kent City Council City Council Regular Meeting April 2, 2024 Minutes Kent, Washington iii. Proclamation for Sexual Assault Awareness Month Mayor Ralph presented the Proclamation for Sexual Assault Awareness Month to Kate Krug, CEO of King County Sexual Assault Resource Center. A non- profit serving cities throughout King County. Krug expressed appreciation of the Proclamation and provided details on the work of KCSARC. The 24 hour resource line is 1-888-99Voice. iv. Proclamation for National Public Safety Telecommunications Week Mayor Ralph presented the Proclamation for National Public Safety Telecommunications Week to Vonnie Mayer, Executive Director of Valley Communications Center. 4- 0 Mayer expressed appreciation of the Proclamation. 0 B. Community Events a a Council President Kaur announced upcoming events at the accessoShoWare Q Center. Visit accessoshowarecenter.com for details on events. a 0 Councilmember Fincher announced the April 8-12 annual curbside spring clean up event and the April 19t" mini recycling event at Kent Library. N 0 N Councilmember Michaud announced the return of "Green Kent" and invited N L the public to attend the Arbor Day event on April 6t" from 9-noon at a Riverview Park in addition to the Earth Day event on April 20t" at Clark Lake 0 Park. r C. Legisative Update from Senator Kauffman State Senator Claudia Kauffman, for the 47th Legislative District presented her end of session legislative update. r a S. REPORTS FROM COUNCIL AND STAFF A. Mayor Ralph's Report a Mayor Ralph serves on the Puget Sound Regional Council Executive Board that recently discussed federal grants. Mayor Ralph expressed appreciation for everyone that attended her State of the City. Mayor Ralph is hosting a Coffee and Conversation event on April 3rd at Cutter's Coffee on the West Hill from 9 - 10 a.m. Mayor Ralph expressed condolences to the family of Richard Wilkenson, a long-time resident that was always involved in City government. B. Chief Administrative Officer's Report ......................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Page 2 of 6 Packet Pg. 20 8.A.2 Kent City Council City Council Regular Meeting April 2, 2024 Minutes Kent, Washington Chief Administrative Officer Pat Fitzpatrick announced the City's plan review software is up and running and the backlog is cleared. Fitzpatrick advised that today, the City and Kent School District, submitted a joint request to the federal delegation for grant funds for Mill Creek and School in addition to a request for a mobile command police vehicle for the City. Fitzpatrick indicated the City Council and Kent School District Board participated in a joint meeting on March 26tn y a� C. Councilmembers' Reports Council President Kaur advised video for today's Committee of the Whole and Workshop are available online. ° 0 Kaur serves on the Growth Management Planning Council that is working on a their Work Plan for 2024. The Council also received an update from the Q Affordable Housing Committee. 2 a. 0 Councilmember Troutner serves on the Regional Transit Committee that heard a presentation on the Rapid Ride Prioritization Plan. N O N Troutner serves as the Vice Chair for Puget Sound Regional Fire Authority N Governance Board. Troutner reviewed agenda items from the recent meeting �. and invited the public to sign up for CPR training that will be held in July. a 0 N Councilmember Michaud provided an overview of the Parks agenda items on today's Committee of the Whole. Michaud serves as the liaison on the Human Services Commission that is starting the grant process. The commission participated in the first equity 2 grant making training session and are working with a consultant to develop guiding principles on the grant process. a Michaud serves on the Washington State Tree Equity Collaborative and advised there is a plan to plant 100 trees in residential areas. The first collaborative will be held in May. Councilmember Fincher serves on the Arts Commission and announced an art show reception on June 5t" in the City's Centennial Center at 6 p.m. Fincher provided a recap of the Public Works agenda items on today's Committee of the Whole. Fincher serves on the Mental Illness and Drug Dependency council that is looking at inequities in mental health. Page 3 of 6 Packet Pg. 21 8.A.2 Kent City Council City Council Regular Meeting April 2, 2024 Minutes Kent, Washington 6. PUBLIC HEARING None. 7. PUBLIC COMMENT Katrina Dohn, a Tukwila resident spoke regarding a modified fireworks ban. TJ Petersen, a Kent resident, spoke on housing and tenant protections. Austin from Boy Scout Troop 406 talked about attending the council meeting to gather information on communications and citizenship by listing to both r sides of any debates. 4- S. CONSENT CALENDAR ° RESULT: APPROVED [UNANIMOUS] a MOVER: Satwinder Kaur, Council President Q SECONDER: Bill Boyce, Councilmember g AYES: Kaur, Boyce, Boyd, Fincher, Larimer, Troutner, Michaud o 0 r� A. Approval of Minutes N O i. City Council Meeting - City Council Regular Meeting - Mar 19, 2024 7:00 `" P M `L a ii. Council Workshop - Workshop Regular Meeting - Mar 19, 2024 5:15 PM a 0 iii. Council Workshop - Workshop Special Meeting - Mar 26, 2024 6:00 PM a B. Payment of Bills - Approve MOTION: I move to approve the payment of bills received through 3/15/24 and paid on 3/15/24 and approve the checks issued for payroll 3/1/24 - 3/15/24 and paid on 3/20/24, all audited by the Committee of the Whole on 3/19/24. a C. Office of the Washington State Auditor Engagement Letter for the 2023 Audit — Authorize c MOTION: I move to authorize the Mayor and Finance Director to sign the Engagement Letter with the Office of the Washington State Auditor for the 2023 audit, amend the budget to cover the audit costs, and authorize the expenditure of funds accordingly. D. King County Veterans, Seniors and Human Services Levy 2021- 2023 Extension - Authorize ......................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Page 4 of 6 Packet Pg. 22 8.A.2 Kent City Council City Council Regular Meeting April 2, 2024 Minutes Kent, Washington MOTION: I move to authorize the Mayor to accept grant funds from King County through the Veterans, Seniors, and Human Services Levy, amend the budget, authorize expenditure of the grant funds, and authorize the Mayor to sign all documents, subject to final terms and conditions acceptable to the Parks Director and City Attorney. E. Chou Property Purchase Agreement - Kherson Park Expansion - Authorize MOTION: I move to authorize the Mayor to take all action and sign all documents to purchase the Li Chou property for $347,000, plus closing costs, on final terms acceptable to the Parks Director and City Attorney and ratify all actions 4- consistent with this motion. 0 F. 132nd Avenue S.E. Multi-Use Path - Transportation 0 Improvement Board Grant - Authorize Q MOTION: I move to accept grant funds in the amount of $500,000 from the Transportation Improvement Board for the a Complete Streets Award, amend the budget, authorize the o expenditure of funds, and authorize the Mayor to sign all necessary documents, subject to final terms and conditions N acceptable to the City Attorney and Public Works Director. N L Q 9. OTHER BUSINESS a 0 None. r 10. BIDS A. 2024 Crack Sealing Bid - Award c Public Works Director Chad Bieren provided an overview of the 2024 Crack a Sealing Bid and recommended awarding to Central Paving. MOTION: I move to award the 2024 Crack Sealing Project to a Central Paving in the amount of $183,421 and authorize the °' Mayor to sign all necessary documents, subject to final terms = and conditions acceptable to the City Attorney and Public Works Director. RESULT: MOTION PASSES [UNANIMOUS] MOVER: Brenda Fincher, Councilmember SECONDER: Toni Troutner, Councilmember AYES: Kaur, Boyce, Boyd, Fincher, Larimer, Troutner, Michaud B. Reith Road Roundabouts Project Bid - Award Bieren provided an overview of the Reith Road Roundabout project and ......................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Page 5 of 6 Packet Pg. 23 8.A.2 Kent City Council City Council Regular Meeting April 2, 2024 Minutes Kent, Washington recommended awarding to Northwest Cascade, Inc. MOTION: I move to award the Reith Road Roundabouts Project to Northwest Cascade, Inc. in the amount of $4,283,587.49 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. RESULT: MOTION PASSES [UNANIMOUS] MOVER: Brenda Fincher, Councilmember SECONDER: Toni Troutner, Councilmember AYES: Kaur, Boyce, Boyd, Fincher, Larimer, Troutner, Michaud = 4- 0 11. EXECUTIVE SESSION AND ACTION AFTER EXECUTIVE SESSION 0 None. a a Q 12. ADJOURNMENT Mayor Ralph adjourned the meeting. o 0 r� v Meeting ended at 8:15 p.m. o N N Ki ley A. Koywtcr a City Clerk a 0 m r c ci c r a m Q a� c ......................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Page 6 of 6 Packet Pg. 24 8.B 1�# KENT DATE: April 16, 2024 TO: Kent City Council SUBJECT: Puget Sound Regional Council's Transportation Alternatives Grant for the Meet Me on Meeker - Washington to Thompson - Authorize MOTION: I move to authorize the Mayor to accept grant funds from the Puget Sound Regional Council in the amount of $2,500,000 for the Meet Me on Meeker - Washington to Thompson Project, amend the budget, authorize expenditure of the funds and authorize the Mayor to sign the grant agreement, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: The Puget Sound Regional Council (PSRC) selects projects for funding via a merit-based project selection process every two years. In June 2023, the City applied to PSRC for design and construction funds for improvements on Meeker Street between Washington Avenue and Thompson Avenue and was recently awarded a $2,500,000 grant. The project will add a two- way bike facility on West Meeker Street and enhanced pedestrian crossing facilities and will be built to the Meet Me on Meeker Street design standards. These improvements will support the link between neighborhoods to the west and downtown Kent for transportation users of all modes, with pedestrian crossing facilities, lighting, and separated bicycle facilities. The project is estimated to cost $3,800,000. Staff proposes the required matching funds be paid from the Streets and Transportation Impact Fee funds. This item went before the Committee of the Whole on January 16, 2024 and should have moved directly to the February 6, 2024 Council Consent Agenda, but it was inadvertently left off the agenda. BUDGET IMPACT: The grant adds $2,500,000 to the budget and the local match will come from the Streets and Transportation Impact Fee funds. SUPPORTS STRATEGIC PLAN GOAL: Packet Pg. 25 8.B 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_TAP_Award_Ltr_Kent (PDF) 01/16/24 Committee of the Whole MOTION PASSES RESULT: MOTION PASSES [UNANIMOUS]Next: 4/16/2024 7:00 PM MOVER: Brenda Fincher, Councilmember SECONDER: Satwinder Kaur, Council President AYES: Boyce, Fincher, Kaur, Larimer, Michaud, Troutner Packet Pg. 26 8.B.a d t L Puget Sound Regional Council 1011 WESTERN AVENUE, SUITE 500 \\\SEATTLE, WA 98104.1035%psrc.org\11206.464.7090 N d r R C L November 2, 2023 a c 0 The Honorable Dana Ralph City of Kent y 220 Fourth Avenue S c Kent, WA 98032 fA Dear May Ralph: o U Congratulations! The Puget Sound Regional Council has selected the following project to receive Transportation Alternatives program funding. ° as PROJECT AWARD AMOUNT FUNDING DEADLINE Meet Me on Meeker: Washington to Construction o Thompson June 1, 2026 cn $2,500,000 2, a� Yours was one of 20 projects that were approved by PSRC's Executive Board in October 2023 to receive a a total of$23.6 million in federal funding. There is strong demand for resources to build bicycle, pedestrian, and other community-based transportation improvements in the region, and your project performed well in PSRC's c merit-based selection process. Securing federal transportation funding for communities in the region is one of the most important Q r responsibilities of the Puget Sound Regional Council. Through our merit-based project selection process, L PSRC ensures that federal transportation funds are put to work on priority projects that meet local needs and c� help achieve the region's long-term goals for transportation, economic development, and growth planning. LO Go We appreciate your leadership and great work by your staff to help this project succeed. Together we're building a better system that provides transportation choices and enhances communities. I look forward to continuing to partner with you on efforts to help the region thrive for the long term. Yi L Sincerely, � �i 3 Josh Brown ~� M Executive Director, Puget Sound Regional Council o N C N CC: Chad Bieren, Public Works Director E ca a Packet Pg. 27 8.0 KENT WASHINGTON DATE: April 16, 2024 TO: Kent City Council SUBJECT: Agreement with EarthCorps for Mill Creek Canyon Trail Repair - Authorize MOTION: I move to authorize the Mayor to sign a trail repair agreement with EarthCorps, subject to final terms and conditions acceptable to the Parks Director and City Attorney. SUMMARY: The main trail in Mill Creek Canyon was damaged by heavy rain in November of 2022 and has been closed since that time. This contract will allow the City to complete repairs to the main trail and reopen this section of trail. EarthCorps will be paid an amount up to $269,939.02 for this work. This Agreement is entered into pursuant to RCW 35.21.278 and RCW 79A.35.130, which allows the City to enter into contracts with community service organizations to provide maintenance improvements to parks, surface water facilities, and environmentally sensitive areas without regard to competitive bidding for public works, or statutory rates of compensation for environmental and trail maintenance work performed by conservation corps programs offered by nonprofit organizations affiliated with a national service organization established under the authority of the National and Community Service Trust Act of 1993, P.L. 103-82. BUDGET IMPACT: Expense impact to the Mill Creek Canyon Trail Renovation Capital Budget. 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. Thrivinq City - Creating safe neighborhoods, healthy people, vibrant commercial districts, and inviting parks and recreation. ATTACHMENTS: Packet Pg. 28 8.0 1. Agreement - EarthCorps (PDF) 04/02/24 Committee of the Whole MOTION PASSES RESULT: MOTION PASSES [UNANIMOUS]Next: 4/16/2024 7:00 PM MOVER: Zandria Michaud, Councilmember SECONDER: Marli Larimer, Councilmember AYES: Kaur, Boyce, Boyd, Fincher, Larimer, Michaud, Troutner Packet Pg. 29 FOR CITY OF KENT OFFICIAL USE ONLY Sup/Mgr: Agreement Routing Form Dir Asst: • For Approvals,Signatures and Records Management Dir/Dep: KENT This form combines&replaces the Request for Mayor's Signature and Contract Cover Sheet forms. (Optional) WASHINGTON (Print on pink or cherry colored paper) Originator: Department: d KateLynn Jennings for Bryan Higgins Parks, Recreation & Community Services L 0 t Date Sent: Date Required: Q c 04/17/2024 5/1/2024 L L ca Q CL Authorized to Sign: Date of Council Approval: QDirector or Designee MMayor 4/16/2024 Budqet Account Number: Grant? Yes E]No = P21036? ;, Budget?MYes No Type: N/A C) m Vendor Name- Category: v EarthCorp Contract L Vendor Number: Sub-Category: ,02 57252 Original CL 0 Project Name: 2024 - Mill Creek Canyon Washout Repair 0 E w = Project Details:Repair washout on main trail of Mill Creek Canyon Park 3 _ E d Agreement Amount: $269,939.02 Basis for Selection of Contractor: Other L E *Memo to Mayor must be attached Q 3- Start Date: May 2024 Termination Date: 12/31/2024 •• LID CA I* Q ✓Local Business?�Yes No* If meets requirements per KCC3.70.100,pleose complete'VendorPurchose-Locol Exceptions"form onCityspoce. M Business License Verification:El Yes �In-Process Exempt(KCC 5.01.045)171 Q L 0 Notice required prior to disclosure? Contract Number: r7Yes�✓ No w Comments: _ d p1 m L 30 41 1A s 430 Date Received by City Attorney: Q p� Date Routed to the Mayor's Office: Vf Date Routed to the City Clerk's Office: adccW22313_1_20 Visit Documents.KentWA.gov to obtain copies of all agreements r Packet Pg. 30 8.C.a • KENT WASH I NGTO N AGREEMENT FOR PARK TRAIL RESTORATION SERVICES between City of Kent and EarthCorps N •L 0 Z r THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation a (hereinafter the "City"), and EarthCorps, a Washington public benefit corporation, located and doing , business at 6310 NE 74th Street, Suite 201E, Seattle, WA 98115 (hereinafter the "Contractor"). a a� AGREEMENT L The parties agree as follows: c 0 I. DESCRIPTION OF WORK. U The Contractor shall perform the following services for the City in accordance with the following described plans and/or specifications: v As described in the attached exhibit A, incorporated herein, contractor shall complete ,0 washout repair on the main trail within Mill Creek Canyon Park. a L 0 U t The Contractor further represents that the services furnished under this Agreement will be performed w in accordance with generally accepted professional practices within the Puget Sound region in effect at the r time such services are performed. 3 c m This Agreement is being entered into pursuant to RCW 35.21.278 and RCW 79A.35.130, which allows E the City to enter into contracts with community service organizations to provide maintenance improvements m to parks, surface water facilities, and environmentally sensitive areas without regard to competitive bidding Q for public works, or statutory rates of compensation for environmental and trail maintenance work performed LO by conservation corps programs offered by nonprofit organizations affiliated with a national service organization established under the authority of the National and Community Service Trust Act of 1993, P.L. 103-82. Contractor represents and affirms that the work it is performing under this Agreement meets the Q. exceptions provided for by RCW 35.21.278 and RCW 79A.35.130. o U II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above within 30 calendar days after the City issues its Notice to Proceed. Upon the effective date w of this Agreement, all physical work shall thereafter be completed by 12/31/2024. The term of this c Agreement shall continue until all work has been completed, final acceptance has occurred, and all E Contractor obligations have been fulfilled. E a� L III. COMPENSATION. Q r c A. The City shall pay the Contractor, based on time and materials, a total amount not to exceed $269,939.02 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 �v written authorization of the City in the form of a negotiated and executed amendment to this Agreement. Q The Contractor 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 year from the effective date of this Agreement. The Contractor's billing rates shall be as delineated in Exhibit A. AGREEMENT FOR PARK TRAIL RESTORATION SERVICES - 1 (City of Kent and EarthCorps - Mill Creek Canyon Park Trail) Packet Pg. 31 8.C.a B. The Contractor shall submit monthly payment invoices to the City for work performed, and a final bill upon completion of all services described in this Agreement. The City shall provide payment within forty-five (45) days of receipt of an invoice. If the City objects to all or any portion of an invoice, it shall notify the Contractor 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 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 N L to payment by check and is available for the convenience of the Contractor. If the Contractor voluntarily 0 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. a L IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- a Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in Wo accordance with Ch. 51.08 RCW, the parties make the following representations: L A. The Contractor has the ability to control and direct the performance and details of its o work, the City being interested only in the results obtained under this Agreement. U B. The Contractor maintains and pays for its own place of business from which the a Contractor's services under this Agreement will be performed. W U 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 `o services and is a service other than that furnished by the City, or the Contractor is engaged in an N independently established trade, occupation, profession, or business of the same nature as that involved Q- under this Agreement. ° U t D. The Contractor is responsible for filing as they become due all necessary tax w documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. 3 c E. The Contractor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by the Contractor's business, and has m obtained a Unified Business Identifier (UBI) number from the State of Washington. a F. The Contractor has a valid contractor registration pursuant to Ch. 18.27 RCW or an LO electrical contractor license pursuant to Ch. 19.28 RCW. M G. The Contractor maintains a set of books dedicated to the expenses and earnings of its Q. business. i0 V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon coo providing the other party thirty (30) days written notice at its address set forth on the signature block of w this Agreement. After termination, the City may take possession of all records and data within the c Contractor's possession pertaining to this project, which may be used by the City without restriction. If the City's use of the Contractor's records or data is not related to this project, it shall be without liability or legal exposure to the Contractor. a VI. 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 E is necessary, the Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, Section XV(D), within fourteen (14) calendar days of the date Contractor Q 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 AGREEMENT FOR PARK TRAIL RESTORATION SERVICES - 2 (City of Kent and EarthCorps - Mill Creek Canyon Park Trail) Packet Pg. 32 8.C.a 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 VIII, Claims, below. N •L 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 a contract time and for direct, indirect and consequential costs, including costs of delays related to any work, i either covered or affected by the change. VII. FORCE MA)EURE. 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, t= or other natural disaster or acts of government ("force majeure event"). Performance that is prevented or o 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 U performance will not be prevented, hindered, or delayed by the current COVID-19 pandemic, any existing a state or national declarations of emergency, or any current social distancing restrictions or personal Iv protective equipment requirements that may be required under federal, state, or local law in response to v the current pandemic. L If any future performance is prevented or delayed by a force majeure event, the party whose 4- 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 v 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 cc continues to use diligent, good faith efforts to avoid the effects of such event and to perform the obligation. LU r Notwithstanding other provisions of this section, the Contractor shall not be entitled to, and the City 3 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. E Performance that is more costly due to a force majeure event is not included within the scope of this Force m Majeure provision. Q If a force majeure event occurs, the City may direct the Contractor to restart any work or rn 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 v, arising from a direction by the City under this clause will be dealt with as a change order, except to the o 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 r borne by the Contractor. w VIII. 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 E determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall ;v give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events a 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. Q At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items 1 through 5 below. AGREEMENT FOR PARK TRAIL RESTORATION SERVICES - 3 (City of Kent and EarthCorps - Mill Creek Canyon Park Trail) Packet Pg. 33 8.C.a 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: m N •L 1. The date of the Contractor's claim; 0 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; a 4. The estimated dollar cost, if any, of the claimed work and how that estimate was i determined; and a 5. An analysis of the progress schedule showing the schedule change or disruption if the wo Contractor is asserting a schedule change or disruption. L B. Records. The Contractor shall keep complete records of extra costs and time incurred as a o 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. c) a� The City will evaluate all claims, provided the procedures in this section are followed. If the City ;v determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. U No adjustment will be made for an invalid protest. L C. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall 40 proceed promptly to provide the goods, materials and services required by the City under this Agreement. Q- L 0 U 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 w (including directions, instructions, interpretations, and determination). r 3 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). L IX. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT Q ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE uO THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE M FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. Q. L X. WARRANTY. Upon acceptance of the contract work, the Contractor must provide the City a i0 one-year warranty bond in a form and amount acceptable to the City. The Contractor shall correct all defects in workmanship and materials within one (1) year from the date of the City's acceptance of the Contract w work. 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 c shall extend for one (1) year from the date such correction is completed and accepted by the City. The E 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 a 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. m E XI. DISCRIMINATION. In the hiring of employees for the performance of work under this U Agreement or any sub-contract, the Contractor, its sub-contractors, or any person acting on behalf of the Q 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. AGREEMENT FOR PARK TRAIL RESTORATION SERVICES - 4 (City of Kent and EarthCorps - Mill Creek Canyon Park Trail) Packet Pg. 34 8.C.a The Contractor 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. XII. 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 N L negligence. 0 r The City's inspection or acceptance of any of the Contractor's work when completed shall not be a grounds to avoid any of these covenants of indemnification. i a Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, wo 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, t= employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the o Contractor's negligence. U IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION Y PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL L INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES v FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. L The provisions of this section shall survive the expiration or termination of this Agreement. N a L XIII. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, 0 insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. w XIV. 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 3 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. L XV. MISCELLANEOUS PROVISIONS. Q LO A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its M contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. Q. 0 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 w 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 m E 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 a 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 E writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the 5 parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred Q 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 XII of this Agreement. AGREEMENT FOR PARK TRAIL RESTORATION SERVICES - 5 (City of Kent and EarthCorps - Mill Creek Canyon Park Trail) Packet Pg. 35 8.C.a 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 N L terms of this Agreement shall continue in full force and effect and no further assignment shall be made 0 without additional written consent. a F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement i shall be binding unless in writing and signed by a duly authorized representative of the City and the aa- Contractor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any t= Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative o 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 a language contained in this Agreement, the terms of this Agreement shall prevail. W U 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 `o business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of `� the performance of those operations. N a L 0 U 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, w 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 3 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. m 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 Q Kent City Code. v rn CO) 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 Q. Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the i0 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. w E L Q r 0 E V r a AGREEMENT FOR PARK TRAIL RESTORATION SERVICES - 6 (City of Kent and EarthCorps - Mill Creek Canyon Park Trail) Packet Pg. 36 8.C.a IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. CONTRACTOR: CITY OF KENT: m By: By: N L 0 Z Print Name: Print Name: Dana Ralph a Its Its Mayor L a DATE: DATE: NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: c 0 CONTRACTOR: CITY OF KENT: U Attn: Whitney Bowman Attn: Bryan Higgins Y a� EarthCorps City of Kent Parks, Recreation, ;v 6310 NE 74th Street, Suite 201E and Community Services Department U Seattle, WA 98115 220 Fourth Avenue South Kent, WA 98032 `o (206) 322-9296 (telephone) N whitney@earthcorps.org (email) (253) 856-5113 (telephone) Q- bhiggins@kentwa.gov (email) �j ATTEST: APPROVED AS TO FORM: w r 3 c Kent City Clerk Kent Law Department E m m L a LO IV M N Q L 0 U t W C d E d N L Q r 0 E V 0 r a AGREEMENT FOR PARK TRAIL RESTORATION SERVICES - 7 (City of Kent and EarthCorps - Mill Creek Canyon Park Trail) Packet Pg. 37 8.C.a DECLARATION CITY OF KENT NON-DISCRIMINATION POLICY The City of Kent (City) is committed to conform to Federal and State laws regarding equal N opportunity. As such all contractors, subcontractors, consultants, vendors, and suppliers who '0- perform work with relation to this Agreement shall comply with the regulations of the City's equal 3 employment opportunity policies. a 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. 2- 252), (prohibits discrimination on the basis of race, color, national origin); r_ 0 • 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 Y Rights Act Of 1964); L U • 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). `0 • Ch. 49.60 RCW (Washington Law Against Discrimination) c U t The preceding statutory and regulatory cites hereinafter are referred to as "the Acts and w Regulations". 3 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, a 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. M Q. The statements are as follows: 0 U t 1. I have read the attached City of Kent administrative policy number 1.2. 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. E a� a� L 3. During the time of this Agreement I, the prime contractor, will provide a written statement a to all new employees and subcontractors indicating commitment as an equal opportunity employer. L)4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. Q 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: EEO COMPLIANCE DOCUMENTS - 1 Packet Pg. 38 8.C.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 N and made a part of this contract. o B. Non-discrimination: The contractor, with regard to the work performed by it a 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 L employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. 0, c C. Solicitations for Subcontracts, Including Procurements of Materials and Y Equipment: In all solicitations, either by competitive bidding, or negotiation made L 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 `o contract and the Acts and the Regulations relative to non-discrimination on the N grounds of race, color, or national origin. c U t 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 w permit access to its books, records, accounts, other sources of information, and its 3 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 a refuses to furnish the information, the contractor will so certify to the City or the LO Washington State Department of Transportation, as appropriate, and will set forth what efforts it has made to obtain the information. M E. Sanctions for Noncompliance: In the event of a contractor's noncompliance with o 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: w a. withholding payments to the contractor under the contract until the E contractor complies; and/or a b. cancelling, terminating, or suspending a contract, in whole or in part. a F. Incorporation of Provisions: The contractor will include the provisions of E paragraphs (A) through (F) above in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts and Regulations and 2 directives issued pursuant thereto. The contractor will take action with respect to Q 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, or is threatened with litigation by a subcontractor, or supplier because of such EEO COMPLIANCE DOCUMENTS - 2 Packet Pg. 39 8.C.a 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: N L 0 r Pertinent Non-Discrimination Authorities: a 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, o (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); L 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, ,Lo (prohibits discrimination on the basis of disability); and 49 CFR Part 27; a V. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), 0 (prohibits discrimination on the basis of age); vi. Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as Lu amended, (prohibits discrimination based on race, creed, color, national origin, or 3 sex); vii. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, E d coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age 0 Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by a expanding the definition of the terms "programs or activities" to include all of the LO programs or activities of the Federal-aid recipients, sub-recipients and contractors, M whether such programs or activities are Federally funded or not); Q 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 f transportation systems, places of public accommodation, and certain testing entities w (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) a (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 Populations and Low-Income Populations, which ensures Non-discrimination against E minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on Q minority and low-income populations; xi. Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination EEO COMPLIANCE DOCUMENTS - 3 Packet Pg. 40 8.C.a includes 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 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). N xiii. Washington Law Against Discrimination (Ch. 49.60 RCW) o 7. The submission of the final invoice for this contract will constitute a reaffirmation that the a preceding statements were complied with during the course of the contract's performance. L a By signing below, I agree to fulfill the five requirements referenced above. L By: 0, For: EarthCorps a� a� Title: Date: L O Q L O U t r L W '3 c a� E m m L a LO M N Q i O U t L W E Q� L Q E V r Q EEO COMPLIANCE DOCUMENTS - 4 Packet Pg. 41 8.C.a CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: October 20, 2022 as N L 0 r Q SUBJECT: INCLUSIVE CONTRACTING SUPERSEDES: January 1, 1998 a as APPROVED BY Dana Ralph, Mayor L POLICY: 0 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, ;v if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: L 0 1. Provide a written statement to all new employees and subcontractors indicating a commitment as an equal opportunity employer. `0 U t 2. Actively consider for promotion and advancement available minorities and women. w Further, all contractors, subcontractors, consultants, suppliers, grantees, or subgrantees of the 3 City, regardless of the value of the Agreement, are required to sign the City's Non-Discrimination Policy Declaration, prior to commencing performance. a� a� Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contractLO a and subject to suspension or termination for all or part of the Agreement. M Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Q Works Departments to coordinate with the City's Title VI coordinator, and perform the following 0 duties for their respective departments. 0 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these w regulations are familiar with the regulations and the City's equal employment opportunity policy. E a� a� L 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. a a� E a EEO COMPLIANCE DOCUMENTS - 5 Packet Pg. 42 8.C.a E Scope of Work: Mill Creek Canyon Washout Repair N �L O Z r Q Q LOCAL • •EARTH N� L GLOBAL U m L U L O Q L O U t Prepared for: w Bryan Higgins r Parks Planning and Development 3 220 Fourth Ave South Kent, WA 98032 E Tel: 253-856-5113 Email: BHiggins@kentwa.gov Q LO rn M February 13th 2023 Q. L O EarthCorps 6310 NE 74th St, Suite 201E w Seattle, WA 98115 Z c www.earthcorps.org E m a� EarthCorps a © 2023 c m E All rights reserved Q Packet Pg. 43 8.C.a Scope of work:Mill Creek Washout Repair NARRATIVE SCOPE OF WORK EarthCorps and the City of Kent have partnered to revitalize the Mill Creek Canyon Trail in Mill Creek- Earth Works Park. In winter 2021 a slide occurred along the main trail disconnecting the N lower canyon from the upper canyon. During the 2022-2023 EarthCorps, the City of Kent and 0 Geotechnical Engineers collaborated to design a repair structure to reconnect the main trail. a Our priority goal for the 2024 season will be to install a trail retaining wall to reconnect the , L main trail. Following sustainable trail design principle and in collaboration with Geotechnical Q Engineers, EarthCorps will implement Washout Repair Design Two (see attached). If work is completed early, EarthCorps will continue general maintenance of the main trail system. The following scope of work is based on trail standards provided by EarthCorps in February 2021. c 0 Tasks 0 U The following list of tasks and features have been prioritized (1-3) based on safety and resource L damage. This list is subject to change based on new findings during work implementation. Each U feature is associated with a point, which can be found on the Arc GIS online map. L 0 https://earthcop2s.maps.arcgis.com/apps/mapviewer/index.html?webmap=cOfO8f8259c54200839 a L ed67640cf2c6O 0 U t Rankings: w 1 = High Priority (Safety hazard and/or high resource damage) r 2 = Priority (No safety hazard but considerable resource damage) 3 3 = Low priority (Not an immediate concern, but could cause a safety hazard or resource damage in the future) LO a M Feature Priority Ranking �- Washout Repair 1 ci General Tread maintenance 3 Brushing 3 w c m E m a� L Q r E V r a Packet Pg. 44 8.C.a Scope of work:Mill Creek Washout Repair EarthCorps will provide the following: • An assigned project manager to coordinate with the City of Kent, schedule crews, and ensure project goals/objectives are met. N • Basic hand tools along with access to power tools (mechanical wheel barrows, saws etc.) o • Personal Protective Equipment and procedures for the use of tools r • Safety signage and personnel when actively working on the trail. a • Training and education in trail construction and design, leadership and community communication. a • Workers' compensation, health insurance, and related taxes. • Washington Labor & Industries documentation • Administrative/ payroll and human resource services. I c 0 Agency will provide the following: o U • Access to the site as • Any necessary permits to perform work v L 0 SCHEDULE N a L 0 Task Month Notes Task 1: Washout Repair July, August, September, Exact dates will be provided w October once finalized. r 48 Crew days 3 5 Contingency crew days Task 2: General trail September, October as maintenance a LO M BUDGET Q. L 0 Crew Labor $ 112,625.0( t Project Management $ 43,875.0( r Staff Labor $ 9,775.0( w Field Specialist $ 38,720.0( Materials $ 36,528.3E E am Subtotal $ 241,523.3E Iv 0 Materials&Handling Fee(10%of Total Materials) $ 31652.8Z Q TOTAL FEE $ 245,176.2; Sales Tax: 1fl.1°'o Location Code: 1715 $ 24.762.8( E t TOTAL PAYABLE $ 269,939.0: r a Packet Pg. 45 8.C.a Scope of work. Mill Creek Washout Repair Fee Schedule: as N Crew day including crew leader- $2,125.00/day 0 r An EarthCorps Crew Day is a 9-hour day that includes load, unload, and transportation time to a and from the worksite and tools needed to complete project tasks. In addition, crews are Q trained in trail construction and maintenance, erosion control and prevention, ecological (D restoration, and the safe operation of hand and power tools. An EarthCorps crew includes a trained crew leader who leads the crew and acts as an onsite communication liaison and is t= trained in specialized equipment and vehicle use, such as three-ton dump trucks. 0, c Project Manager- $135/hr Y aD aD L An EarthCorps Project manager collaborate with agency partners to design ecological restoration and U trail construction projects. They coordinate communication and logistics to ensure crews are equipped with the knowledge and skills to perform the requested tasks. In addition, they provide updates and ,o project status reports. Lastly, they adaptively manage projects to ensure the project's goals and objects a L meet the agency partner's satisfaction. 0 U t r L Project Manager Field Services - $100/hr w r In the event that specialized skills or certification are needed, project managers can offer field services 3 c to meet those needs. Examples of specialized skills are complex chainsaw work such as log outs or E felling. L a 3-ton truck and 4 x 4 pickup truck fee- $100/day— billed upon use as needed v Material cost, disposal fees and equipment rentals— billed upon receipt a L 0 U t L W c� G Q� L Q c� C V r Q Packet Pg. 46 8.C.a Scope of work:Mill Creek Washout Repair EARTHCORPS BACKGROUND EarthCorps is a non-profit organization founded in 1993 with a mission to build a global community of leaders through local environmental service. EarthCorps provides a year-long N intensive program for young adults from the US and 80 other countries to learn best practices 0 in ecological restoration, trail construction and maintenance and develop their leadership skills a through hands on experiences. , = Q NN� LPL Global Leadership L Based in Seattle, Washington, EarthCorps brings together emerging environmental leaders from 0, more than 60 countries to work on projects in the Puget Sound region and Cascade Mountains. As part of EarthCorps' intensive hands-on curriculum, they learn multiple restoration and trail Y construction techniques, try out project design and management, develop leadership and L team-building skills, and help manage thousands of local volunteers on projects. v L O EARTHCORPS PROJECT LEAD: a L O U Whitney Bowman, Field Operations Manager Tel: (206) 322-9296 ext. 221 w Cell: (206) 701-6195 r Email: whitnev@earthcorps.org 3 as E EarthCorps Project Managers: L Sean Day a Cell: 523-3248139 LO Email: Sean@earthcorps.org M Christyn Riehl �- L Cell: 206-485-3028 c i Email: christen@earthcorps.org w c m E m a� L Q r E V r a Packet Pg. 47 ■■■■■■ W■A ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■� iiiii■ ���- � �iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiii • ■■■■■■■■■■■■■■■■■MENOMONEE ■ �_ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■� ■■■■■■■■■■■■■■■■■■■ J■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■I ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■► ►■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ll ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ WOE,-NONE ■■■■■iY■■■■■■■■■■■■■.■■■■■■■■■■I ■■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■I i■■■■■■■■■■■■■■■■■■■■■■■■■■■■■I omm ■■■■■■■■■■..moommommommoommommommommommomm Emoloommoom ■■. ,, , ����i ................... .................� _........................� ■■■■■■■■■■■. ..., .................� -......................� ■■■■■■■■■■.- ■■■■■■■■■■■■■■■■■i -•■■■■■■■■■■■■■■■■■■■i ■■■■■■■■■■■ �►�..�IV�- ■.■■■■■■■■■■■■■■■� ��■■■■■■■■■■■■■■■■� ■■■■■■■■■■■ II Imo, = d■■■■■■■■■■■■■■■■1 ��■■■■■■■■■■■■■■I ■■■■■■■■■■■ 1�� .I ■■■■■■■■■■■■■■■■■i �q■■■■■■■■■■■■i mommommomms- mommommommom ■■■■■■■■■■■■ ■■� �� ■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■I • ■■■■■■■■■■■■■ ■■■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■I • ■■■■■■■■■■■■■■■■■■■■■■ MEN ■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■I ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ ■Wy USE W■ • '�■■ - MENNEN■i - ■■■■■■■■■■■■■■■ ■■■■■■I ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ -- ■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■I iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiii■■ - ■iiiiiiiiiiiiiiiiiii �����iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiii���� ._ -iiiiiii■■■■■■■■■■■■ ■■■■■■■■.■■■■■■■■■■i a■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ � - ■■■■■■■■■■■■■■■■■N ■■■■■■■■■■■■■■■■■■■i ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■i 8.C.a Exhibit B Insurance Requirements Insurance N •L O The Contractor shall procure and maintain for the duration of the a Agreement, insurance against claims for injuries to persons or damage to , property which may arise from or in connection with the performance of the Q work hereunder by the Contractor, their agents, representatives, employees, or subcontractors. L A. Minimum Scope of Insurance 0, Contractor shall obtain insurance of the types described below: Y L Commercial General Liability insurance shall be written on Insurance Services Office (ISO) occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, ,0 products-completed operations, personal injury and advertising injury, a L and liability assumed under an insured contract. The Commercial 0 General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. The City shall be w named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the 3 City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. If a general aggregate limit applies, either the general aggregate limit shall apply a separately to this project/location or the general aggregate limit shall LO be twice the required occurrence limit. M The Contractor may use Umbrella or Excess Policies to provide the �- liability limits as required in this Agreement. This form of insurance will be acceptable if all the Primary and Umbrella or Excess Policies shall provide all the insurance coverages herein required. The Umbrella or w Excess policies shall be provided on a true "following form" or broader coverage basis, with coverage at least as broad as provided on the underlying Commercial General Liability insurance. a Automobile Liability insurance providing bodily injury and property damage liability coverage for all automobiles/vehicles used in the performance of this Agreement. This coverage must be on a primary and non-contributory basis only. Coverage shall be written on ISO a form CA 00 01, or a substitute form providing equivalent liability Packet Pg. 49 8.C.a coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. Workers' Compensation coverage for the employees of Contractor and N subcontractors as required by the Industrial Insurance laws of the 0 State of Washington. a B. Minimum Amounts of Insurance a a Contractor shall maintain the following insurance limits: L Commercial General Liability insurance shall be written with limits no 0, less than $1,000,000 per occurrence, $2,000,000 general aggregate, and $2,000,000 products-completed operations aggregate limit. Y Primary Non-Contributory Additional Insured coverage for the City of L Kent, et. al. Stop Gap Liability - $1,000,000/$1,000,000/$1,000,000 Waiver of Subrogation ,o a L Automobile Liability insurance with a minimum combined single limit 0 for bodily injury and property damage of $1,000,000 per occurrence. w If the Contractor maintains broader coverage and/or higher limits than the minimums shown above, the City requires and shall be entitled to the 3 broader coverage and/or the higher limits maintained by the Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. The above policy a limits may be obtained with excess liability (umbrella) insurance. LO C. Other Insurance Provisions L The insurance policies are to contain, or be endorsed to contain, the U following provisions: w 1. The Contractor's insurance coverage shall be primary insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance policies and shall not a contribute to the Contractor's insurance policies. E 2. Contractor's insurer must deliver, or mail written notice of cancellation to the named insured at least forty-five (45) days a before the effective date of the cancellation. The Contractor's insurance policy shall include an endorsement that provides the Packet Pg. 50 8.C.a City with written notice of cancellation forty-five (45) days before the effective date of the cancellation. If Contractor's insurer fails to provide the City with a copy of the notice of cancellation endorsement, the Contractor must notify the City of N any cancellation, nonrenewal or termination within two (2) 0 business days of their receipt of such notice. a 3. The City of Kent shall be named as an additional insured on all Q policies (except Professional Liability) with respect to work performed by or on behalf of the Contractor and a copy of the endorsement naming the City as an additional insured shall be attached to the Certificate of Insurance. The City reserves the 0, right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall Y also contain a clause stating that coverage shall apply separately L to each insured against whom claims are made or suit is brought, except with respect to the limits of the insurer's M liability. ,0 a L D. Acceptability of Insurers 0 Insurance is to be placed with insurers with a current A.M. Best rating of not u, less than A:VII. 3 E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the a amendatory endorsements, including but not necessarily limited to the LO additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. The City waives no rights, and the Contractor is not excused from performance if Contractor �. fails to provide the City with a copy of the endorsement naming the City as a U Primary Non-Contributory Additional Insured. w F. Subcontractors a E Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. a All coverage for subcontractors shall be subject to all the same insurance requirements as stated herein for the Contractor. E a Packet Pg. 51 Issue Date 2/27/2024 Cert#:0000025969 Non Profit Insurance Program Certificate of Coverage THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONVEYS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOTAMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BYTHE POLICIES BELOW.THIS CERTIFICATE OF COVERAGE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed If SUBROGRATION IS WAIVED,subject to the terms and conditions of Gs the policy,certain coverage may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). N L PRODUCER COMPANIES AFFORDING COVERAGE O t 7 Clear Risk Solutions GENERAL LIABILITY Q 451 Diamond Drive American Alternative Insurance Corporation,et al. Ephrata,WA 98823 L AUTOMOBILE LIABILITY American Alternative Insurance Corporation,et al. y INSURED PROPERTY American Alternative Insurance Corporation,et al. i Earthcorps MISCELLANEOUS PROFESSIONAL LIABILITY a Princeton Excess and Surplus Lines Insurance Company O 6310 ONE 74th Street,Suite 201 E Seattle,WA 98115 O V N COVERAGES ` THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE COVERAGE PERIOD V INDICATED, NOT WITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. G 0 TYPE OF INSURANCE POLICY NUMBER POLICY EFF POLICY EXP DESCRIPTION LIMITS Q. DATE DATE i GENERAL LIABILITY O C) COMMERCIAL GENERAL LIABILITY N1-A2-RL-0000013-13 6/1/2023 6/1/2024 PER OCCURRENCE $5,000,000 t r- OCCURRENCE FORM PER MEMBER AGGREGATE $10,000,000 M W INCLUDES STOP GAP PRODUCT-COMP/OP $5,000,000 PERSONAL&ADV.INJURY $5,000,000 (LIABILITY IS SUBJECT TO A$250,000 SIR PAYABLE FROM PROGRAM FUNDS) ANNUAL POOL AGGREGATE $50,000,000 3 r AUTOMOBILE LIABILITY ANY AUTO N1-A2-RL-0000013-13 6/1/2023 6/1/2024 COMBINED SINGLE LIMIT $5,000,000 N (LIABILITY IS SUBJECT TO A$250,000 SIR PAYABLE FROM PROGRAM FUNDS) ANNUAL POOL AGGREGATE NONE L PROPERTY Q N1-A2-RL-0000013-13 6/1/2023 6/1/2024 ALL RISK PER OCC EXCL EQ&FL $75,000,000 EARTHQUAKE PER OCC $1,000,000 Ln FLOOD PER OCC $1,000,000 CD (PROPERTY IS SUBJECT TO A$250,000 SIR PAYABLE FROM PROGRAM FUNDS) ANNUAL POOL AGGREGATE NONE MISCELLANEOUS PROFESSIONAL LIABILITY to CL N1-A3-RL-0000060-13 6/1/2023 6/1/2024 PER CLAIM $5,000,000 C V (LIABILITY IS SUBJECT TO A$250,000 SIR PAYABLE FROM PROGRAM FUNDS) ANNUAL POOL AGGREGATE $40,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS W Regarding restoration and maintenance activities on City of Kent properties.The City ofKent is named as Additional Insured regarding these activities only and is subject +- topolicy terms,conditions and exclusions.The NPIP policy is primary and noncontributory.The NPIP policy requires a 90 day notice of cancellation. d E O CANCELLATION i Ilm SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE Q WITH THE POLICY PROVISIONS. }; CERTIFICATE HOLDER AUTHORIZED REPRESENTATIVE _ d E City of Kent = 220 4th Ave S Kent,WA 98032 Q Packet Pg. 52 AMERICAN ALTERNATIVE INSURANCE COMPANY ADDITIONAL INSURED—DESIGNATED PERSON OR ORGANIZATION (GENERAL LIABILITY) Named Insured Non Profit Insurance Program (NPIP) Policy Number Endorsement Effective N N1-A2-RL-0000013-13 6/1/2022 O t r THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY Q This endorsement modifies insurance provided under the following: a a� GENERAL LIABILITY COVERAGE PART L This endorsement changes the policy effective on the inception date of the policy unless another date is indicated above. H c O Schedule O Person or Organization(Additional Insured): As Per Schedule on file with Clear Risk Solutions,Underwriting Administrator U N N L City of Kent V 220 4th Ave S — Kent,WA 98032 L O Regarding restoration and maintenance activities on City of Kent properties.The City ofKent is named as Additional Q Insured regarding these activities only and is subject topolicy terms,conditions and exclusions.The NPIP policy is primary and noncontributory.The NPIP policy requires a 90 day notice of cancellation. O U t A. With respects to the General Liability Coverage Part only,the definition of Insured in the Liability Conditions,Definitions and Exclusions W section of this policy is amended to include as an Insured the Person or Organization shown in the above Schedule.Such Person or Organization is an Insured only with respect to liability for Bodily Injury,Property Damage,or Personal and Advertising Injury 3 caused in whole or in part by your acts or omissions or the acts or omissions of those acting on your behalf: +, c 1. In performance of your ongoing operations;or E d 2. In connection with your premises owned or rented to you. B. The Limits of Insurance applicable to the additional Insured are those specified in either the: Q uO 1. Written contractor written agreement;or M 2. Declarations for this policy, N L whichever is less.These Limits of Insurance are inclusive and not in addition to the Limits Of Insurance shown in the Declarations. O tU t All other terms and conditions remain unchanged. W C d E d N L Q r E V Includes copyrighted material of the Insurance Services Office, Inc.,with its permission Q Packet Pg. 53 8.C.a m N �L O r Q Q N� L 0 U m L U L O Q L O U t LU t r 3 c m E m m L a LO M N Q L 0 U t W C d E d N L Q r c� C V r a Packet Pg. 54 8.D KENT DATE: April 16, 2024 TO: Kent City Council SUBJECT: Consultant Services Agreement with Herrera Environmental for the Boeing Rock Enhancement Project - Authorize MOTION: I move to authorize the Mayor to sign a Consultant Services Agreement with Herrera Environmental Consultants, Inc. subject to final terms and conditions acceptable to the City Attorney and the Directors of Public Works and Parks. SUMMARY: The Boeing Rock Recreation/Habitat Enhancement Project will be designed to provide multiple benefits: improving habitat in the Lower Green River, increasing floodplain storage, and adding passive recreational facilities along the Boeing Levee. The project is located along the right (east) bank of the Green River between South 200th Street and South 212th Street and is approximately 200 feet in width. The project site is situated immediately downstream of the Lower Russell Levee Habitat Improvements and when completed, these projects will result in over two miles of newly improved riparian habitat and recreational amenities, including off-channel salmon habitat and trail networks. In February 2024, the City entered into a Salmon Recovery Funding Board grant agreement with the State of Washington and has also been awarded funds through the King County Parks Levy Open Space - River Corridors grant. Both grants will be used to complete a feasibility analysis with preliminary environmental studies, assessment of alternatives, conceptual design, and stakeholder coordination. A Request for Qualifications was advertised, and Herrera Environmental Consultants (Herrera) was selected based on their expertise and experience in designing river habitat restoration projects while integrating recreational facilities. The scope of work also includes a feasibility study and alternatives analysis, which are required elements for both grants. This contract with Herrera Environmental has a not to exceed amount of $216,117. BUDGET IMPACT: None. The project is 100% grant funded and included within existing budgets. Packet Pg. 55 8.D 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. Herrera - Boeing Rock Recreation and Habitat Enhancement Agreement (PDF) 04/02/24 Committee of the Whole MOTION PASSES RESULT: MOTION PASSES [UNANIMOUS]Next: 4/16/2024 7:00 PM MOVER: Brenda Fincher, Councilmember SECONDER: Toni Troutner, Councilmember AYES: Kaur, Boyce, Boyd, Fincher, Larimer, Michaud, Troutner Packet Pg. 56 8.D.a KENT CONSULTANT SERVICES AGREEMENT L L between the City of Kent and = Herrera Environmental Consultants, Inc. E THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter m the "City"), and Herrera Environmental Consultants, Inc. organized under the laws of the State of Q Washington, located and doing business at 2200 Sixth Avenue, Suite 1100, Seattle, WA 98121, Phone: N (206) 787-8236, Contact: Betsy Lyons (hereinafter the "Consultant"). I. DESCRIPTION OF WORK. cn c The Consultant shall perform the following services for the City in accordance with the following described plans and/or specifications: N c 0 U The Consultant shall conduct a feasibility assessment and alternative analysis for the Boeing LO Rock Recreation and Habitat Enhancement project. For a description, see the Consultant's Scope of Work, which is attached as Exhibit A and incorporated by this reference. r c m E m m L 0 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. c 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 w work described in Section I by June 30, 2025. o III. COMPENSATION. _ c A. The City shall pay the Consultant, based on time and materials, an amount not to exceed Two 0 Hundred Sixteen Thousand, One Hundred Seventeen Dollars ($216,117), for the services o described in this Agreement. This is the maximum amount to be paid under this Agreement m 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 �o from the effective date of this Agreement. The Consultant's billing rates shall be as delineated 0, in Exhibit A. 9 0 B. The Consultant shall submit monthly payment invoices to the City for work performed, and a 0° final bill upon completion of all services described in this Agreement. The City shall provide a payment within forty-five (45) days of receipt of an invoice. If the City objects to all or any portion of an invoice, it shall notify the Consultant and reserves the option to only pay that = portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion. E z C. Card Payment Program. The Consultant may elect to participate in automated credit card o r payments provided for by the City and its financial institution. This Program is provided as an Q alternative to payment by check and is available for the convenience of the Consultant. If the CONSULTANT SERVICES AGREEMENT - 1 (Over$20,000) Packet Pg. 57 8.D.a Consultant voluntarily participates in this Program, the Consultant will be solely responsible for any fees imposed by financial institutions or credit card companies. The Consultant shall not charge those fees back to the City. L IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- L 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: r 3 A. The Consultant has the ability to control and direct the performance and details of its c work, the City being interested only in the results obtained under this Agreement. E m m B. The Consultant maintains and pays for its own place of business from which the Q Consultant's services under this Agreement will be performed. N a� C. The Consultant has an established and independent business that is eligible for a j business deduction for federal income tax purposes that existed before the City c4) 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. N c 0 D. The Consultant is responsible for filing as they become due all necessary tax L? documents with appropriate federal and state agencies, including the Internal Revenue Q Service and the state Department of Revenue. M r 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 E Consultant's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. a' a r c F. The Consultant maintains a set of books dedicated to the expenses and earnings of its business. a� c ca 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 W this Agreement. After termination, the City may take possession of all records and data within the r Consultant's possession pertaining to this project, which may be used by the City without restriction. If the City's use of the Consultant's records or data is not related to this project, it shall be without liability or legal = exposure to the Consultant. 0 c VI. FORCE MAJEURE. Neither party shall be liable to the other for breach due to delay or failure .o 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 c; delayed due to a force majeure event shall not result in liability to the delayed party. Both parties represent W to the other that at the time of signing this Agreement, they are able to perform as required and their 19 performance will not be prevented, hindered, or delayed by the current COVID-19 pandemic, any existing �0 state or national declarations of emergency, or any current social distancing restrictions or personal 0, protective equipment requirements that may be required under federal, state, or local law in response to the current pandemic. 0 m If any future performance is prevented or delayed by a force majeure event, the party whose a 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 x 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 E continues to use diligent, good faith efforts to avoid the effects of such event and to perform the obligation. 0 r Notwithstanding other provisions of this section, the Consultant shall not be entitled to, and the City Q shall not be liable for, the payment of any part of the contract price during a force majeure event, or any CONSULTANT SERVICES AGREEMENT - 2 (Over$20,000) Packet Pg. 58 8.D.a costs, losses, expenses, damages, or delay costs incurred by the Consultant due to a force majeure event. Performance that is more costly due to a force majeure event is not included within the scope of this Force Majeure provision. L If a force majeure event occurs, the City may direct the Consultant to restart any work or L 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 r arising from a direction by the City under this clause will be dealt with as a change order, except to the 3 extent that the loss or damage has been caused or exacerbated by the failure of the Consultant to fulfill its c obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Consultant. L VII. DISCRIMINATION. In the hiring of employees for the performance of work under this N 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 j origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who c4) is qualified and available to perform the work to which the employment relates. The Consultant shall execute the attached City of Kent Non-Discrimination Policy Declaration and comply with City Administrative Policy 1.2. N c 0 VIII. INDEMNIFICATION. The Consultant shall defend, indemnify and hold the City, its officers, v officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or o suits, including all legal costs and attorney fees, arising out of or in connection with the Consultant's M performance of this Agreement, except for that portion of the injuries and damages caused by the City's r negligence. E 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. a' Q r c 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, r- 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 W negligence. r 0 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 f° c FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. g r 0 m In the event the Consultant refuses tender of defense in any suit or any claim, if that tender was a made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court W having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Consultant's part, then he the Consultant shall pay all the City's costs for defense, including all reasonable expert witness fees and �0 reasonable attorneys'fees, plus the City's legal costs and fees incurred because there was a wrongful refusal 0, on the Consultant's part. 0 m The provisions of this section shall survive the expiration or termination of this Agreement. 0 L IX. INSURANCE. The Consultant shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. _ c X. EXCHANGE OF INFORMATION. The City will provide its best efforts to provide reasonable E accuracy of any information supplied by it to the Consultant for the purpose of completion of the work under this Agreement. ;o r Q CONSULTANT SERVICES AGREEMENT - 3 (Over$20,000) Packet Pg. 59 8.D.a XI. OWNERSHIP AND USE OF RECORDS AND DOCUMENTS. Original documents, drawings, designs, reports, or any other records developed or created under this Agreement shall belong to and become the property of the City. All records submitted by the City to the Consultant will be safeguarded by the Consultant. The Consultant shall make such data, documents, and files available to the City upon the 2 City's request. The Consultant acknowledges that the City is a public agency subject to the Public Records L Act codified in Chapter 42.56 of the Revised Code of Washington. As such, the Consultant agrees to = cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. The r City's use or reuse of any of the documents, data, and files created by the Consultant for this project by 3 anyone other than the Consultant on any other project shall be without liability or legal exposure to the c Consultant. E E m m XII. CITY'S RIGHT OF INSPECTION. Even though the Consultant is an independent contractor Q with the authority to control and direct the performance and details of the work authorized under this y 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. m U) XIII. WORK PERFORMED AT CONSULTANT'S RISK. The Consultant shall take all necessary c 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 N be done at the Consultant's own risk, and the Consultant shall be responsible for any loss of or damage to 0 materials, tools, or other articles used or held for use in connection with the work. L? 0 LO XIV. MISCELLANEOUS PROVISIONS. M r 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 E preference may be available for any designated recycled product. m a B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the r c 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 w covenants, agreements or options, and the same shall be and remain in full force and effect. c C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and W construed in accordance with the laws of the State of Washington. If the parties are unable to settle any r 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 g 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 ci right to indemnification under Section VIII of this Agreement. u 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 m Agreement or such other address as may be hereafter specified in writing. L 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. m E z F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement r shall be binding unless in writing and signed by a duly authorized representative of the City and the Q Consultant. CONSULTANT SERVICES AGREEMENT - 4 (Over$20,000) Packet Pg. 60 8.D.a G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of a or altering in any manner this Agreement. All of the above documents are hereby made a part of this t 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. r 3 H. Compliance with Laws. The Consultant agrees to comply with all federal, state, and municipal c 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. Q 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, j emails, and other records prepared or gathered by the Consultant in its performance of this Agreement may c) 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. N c 0 J. City Business License Required. Prior to commencing the tasks described in Section I, L) Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Q Kent City Code. M r c m E 0 m L Q r E V W r r r L V V N0 LPL 0 m L L L Y E V r r Q CONSULTANT SERVICES AGREEMENT - 5 (Over$20,000) Packet Pg. 61 8.D.a K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page m to the other by fax or email and that signature shall have the same force and effect as if the Agreement L bearing the original signature was received in person. _ r 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 c to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed E to have applied. a L Q N CONSULTANT: CITY OF KENT: .2 L U) By: By: �a r Print Name: Print Name: Dana Ralph N 0 Its Its Mayor v 0 LO DATE: DATE: M r _ m NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: E a� a� L CONSULTANT: CITY OF KENT: Q r _ Betsy Lyons Chad Bieren, P.E. Herrera Environmental Consultants, Inc. City of Kent 2200 Sixth Avenue, Suite 1100 220 Fourth Avenue South cc Seattle, WA 98121 Kent, WA 98032 w r (206) 787-8235 (telephone) (253) 856-5500 (telephone) BLyons@herrerainc.com (email) PublicWorks@KentWa.gov (email) x _ APPROVED AS TO FORM: 0 r a� L V Kent Law Department Y V ATTEST: a� _ 0 m Kent City Clerk L kb-3/22/2024 d L L _ E V Q CONSULTANT SERVICES AGREEMENT - 6 (Over$20,000) Packet Pg. 62 8.D.a DECLARATION CITY OF KENT NON-DISCRIMINATION POLICY L L The City of Kent (City) is committed to conform to Federal and State laws regarding equal 3 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. L The City of Kent and its contractors are subject to and will comply with the following: N a� • 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 N Of The Department Of Transportation-Effectuation Of Title VI Of The Civil o Rights Act Of 1964); 0 LO • 28 C.F.R. section 50.3 (U.S. Department of Justice Guidelines for Enforcement M of Title VI of the Civil Rights Act of 1964). c a� • Ch. 49.60 RCW (Washington Law Against Discrimination) 0 L Q r The preceding statutory and regulatory cites hereinafter are referred to as "the Acts and Regulations". E c 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 r- 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. 0 The statements are as follows: a� L V 1. I have read the attached City of Kent administrative policy number 1.2. U 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, 0 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 m° to all new employees and subcontractors indicating commitment as an equal opportunity employer. L 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 o successors in interest (hereinafter referred to as the "contractor") agrees as follows: Q EEO COMPLIANCE DOCUMENTS - 1 Packet Pg. 63 8.D.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 L 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 3 and made a part of this contract. a� E B. Non-discrimination: The contractor, with regard to the work performed by it L during the contract, will not discriminate on the grounds of race, color, or national Q origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or 2 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. v C. Solicitations for Subcontracts, Including Procurements of Materials and o Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, includingLO procurements of materials, or leases of equipment, each potential subcontractor or M 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. L 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 w compliance with such Acts and Regulations and instructions. Where any information J required of a contractor is in the exclusive possession of another who fails or 2 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. 0 r 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: o a. withholding payments to the contractor under the contract until the c contractor complies; and/or m b. cancelling, terminating, or suspending a contract, in whole or in part. , L 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 E any subcontract or procurement as the City or the Washington State Department of U Transportation may direct as a means of enforcing such provisions including Q sanctions for noncompliance. Provided, that if the contractor becomes involved in, EEO COMPLIANCE DOCUMENTS - 2 Packet Pg. 64 8.D.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. L L Q� 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: a� E W a� Pertinent Non-Discrimination Authorities: Q 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. c ii. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, Y (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); o iii. Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination M on the basis of sex); iv. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, E (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.), a (prohibits discrimination on the basis of age); vi. Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as E amended, (prohibits discrimination based on race, creed, color, national origin, or 2 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 cc expanding the definition of the terms "programs or activities" to include all of the CU programs or activities of the Federal-aid recipients, sub-recipients and contractors, o whether such programs or activities are Federally 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 o (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation a) regulations at 49 C.F.R. parts 37 and 38; 0 ix. The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) m° (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 aD disproportionately high and adverse human health or environmental effects on E minority and low-income populations; r r Q EEO COMPLIANCE DOCUMENTS - 3 Packet Pg. 65 8.D.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 compliance with Title VI, you must take reasonable steps to ensure that LEP persons L have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); _ xii. Title IX of the Education Amendments of 1972, as amended, which prohibits you from r 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) L 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. .2 L By signing below, I agree to fulfill the five requirements referenced above. ' r By: o U For: LO Title: r c a� Date: a� L Q E a) V r— R W O L V N� L7� Y V O 01 C O m i d L L E V Q EEO COMPLIANCE DOCUMENTS - 4 Packet Pg. 66 8.D.a CITY OF KENT ADMINISTRATIVE POLICY L L L NUMBER: 1.2 EFFECTIVE DATE: October 20, 2022 = r 3 c a� E m m L SUBJECT: INCLUSIVE CONTRACTING SUPERSEDES: January 1, 1998 Q APPROVED BY Dana Ralph, Mayor a� POLICY: c r Equal employment opportunity and non-discrimination in contracting requirements for the City of N Kent will conform to federal and state laws. All contractors, subcontractors, consultants, and o 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 LO take the following affirmative steps: M 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. L 2. Actively consider for promotion and advancement available minorities and women. a c 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. w r 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. c Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public o Works Departments to coordinate with the City's Title VI coordinator, and perform the following duties for their respective departments. a� 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these l regulations are familiar with the regulations and the City's equal employment opportunity wo policy. 0 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. m L L L Y E V r r Q EEO COMPLIANCE DOCUMENTS - 5 Packet Pg. 67 8.E KENT DATE: April 16, 2024 TO: Kent City Council SUBJECT: Highway Safety Improvement Program — City Safety Road Diets Grant — Accept Additional Funds MOTION: I move to accept additional grant funds from the Washington State Department of Transportation in the amount of $283,60S, for the City Safety Road Diets Grant, amend the budget, authorize expenditure of the grant funds, 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 consists of re-striping two 4-lane roadways and one 2-lane roadway resulting in 3-lanes plus bike lanes on three corridors where bike lanes are planned as part of the Transportation Master Plan. The three corridors are: • 4th Avenue North (South 228th Street to West James Street) • West Meeker Street - Lincoln Avenue North - East Smith Street (Washington Avenue North to 4th Avenue North) • South 260th Street - South 259th Place (Pacific Highway South to Military Road South) City Council originally authorized the acceptance of $735,000 in grant funds requiring a 10% local funds match for this project in March 2021. In July 2023, City Council accepted additional funding from WSDOT in the amount of $499,140 to cover increased construction costs and eliminate the need for a City funded local match. This project was advertised and received two bids, both of which were higher than the engineer's estimate. WSDOT has agreed to provide $283,605 of additional funding to cover the increased construction costs. This project received additional funding from WSDOT because it is construction ready. Construction will begin this year and the project is anticipated to be completed this summer. BUDGET IMPACT: The project is 100% grant funded to a maximum of $1,517,745. Any additional costs related to construction change orders would be paid for using Streets funds. Packet Pg. 68 8.E 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. Federal Aid Project Prospectus with attachment (PDF) 04/02/24 Committee of the Whole MOTION PASSES RESULT: MOTION PASSES [UNANIMOUS]Next: 4/16/2024 7:00 PM MOVER: Brenda Fincher, Councilmember SECONDER: Toni Troutner, Councilmember AYES: Kaur, Boyce, Boyd, Fincher, Larimer, Michaud, Troutner Packet Pg. 69 8.E.a AM � Washington State Local A enc Federal Aid TI/ Department of Transportation g y i Project Prospectus Prefix Route ( ) Date 3/29/24 Federal Aid Project Number HSIP-OOOS(604) DUNS Number 020253613 c Local Agency WSDOT Federal Employer Project Number 21-3003 Use Only Tax ID Number 91-6001254 0 Agency CAAgency Federal Program Title d City of Kent ❑✓ Yes [:] No ❑✓ 20.205 [:] Other Cn Project Title Start Latitude N See attached Start Longitude W See attached City Safety Road Diets v End Latitude N See attached End Longitude W See attached i Project Termini From-To Nearest City Name Project Zip Code(+4) m See attached Kent 98032-5895 0 L Begin Mile Post End Mile Post Length of Project Award Type a c N/A N/A N/A ❑✓ Local❑Local Forces❑State❑Railroad m E Route ID Begin Mile Point End Mile Point City Number County Number County Name c N/A N/A N/A 0615 17 KING a WSDOT Region Legislative District(s) Congressional District(s) Urban Area Number E Northwest Region 33 9 80389 2 Total Local Agency Phase Start ;, Phase Estimated Cost Funding Federal Funds Date 3 Nearest Hundred Dollar Nearest Hundred Dollar Nearest Hundred Dollar Month Year 9P.E. $160,000 $160,000 Oct 2021 'x R/W Const. $1,357,700 $1,357,700 July 2023 CD Total $1,517,700 $1,517,700 d Description of Existing Facility (Existing Design and Present Condition) E Roadway Width Number of Lanes See attached See attached See attached 3 d Description of Proposed Work c Description of Proposed Work(Attach additional sheet(s)if necessary) a` See attached 0 L a 'a Local Agency Contact Person Title Phone L Drew Holcomb Project Engineer 2535611587 Mailing Address City State Zip Code 220 Fourth Ave. S. --[Kent WA 98032 E By a Project Prospectus Approving Authority Q Title Public Works Director Date DOT Form 140-101 Revised 01/2022 Previous Editions Obsolete Packet Pg. 70 8.E.a Agency Project Title Date City of Kent City Safety Road Diets 3/29/24 i Type of Proposed Work Project Type(Check all that Apply) Roadway Width Number of Lanes ❑ New Construction ❑ Path /Trail ❑ 3-R See attached See attached ❑ Reconstruction ❑ Pedestrian / Facilities ❑ 2-R M ❑ Railroad ❑ Parking ❑✓ Other C ❑ Bridge Geometric Design Data in Description Through Route Crossroad c� ❑ Principal Arterial ❑✓ Principal Arterial i E Federal ❑✓ Urban ❑✓ Minor Arterial ❑ Minor Arterial &- ❑✓ Urban am ❑ Collector ❑ Collector a Functional ❑ Rural E-] Rural ❑ Major Collector ❑ Major Collector Classification E] NHS ElMinor Collector ❑ NHS ❑ Minor Collector ❑ Local Access ❑ Local Access L 0. Terrain ❑✓ Flat ❑ Roll ❑ Mountain ❑✓ Flat ❑ Roll [—] Mountain E E Posted Speed a� Design Speed M Existing ADT Design Year ADT 9 Design Year 3: Design Hourly Volume (DHV) v CD Performance of Work Preliminary Engineering Will Be Performed By Others Agency City of Kent % 100 % E Construction Will Be Performed By Contract Agency Contractor 100 % ova W Environmental Classification 3 ❑ Class I - Environmental Impact Statement (EIS) ❑✓ Class II - Categorically Excluded (CE) ❑ Project Involves NEPA/SEPA Section 404 ❑ Projects Requiring Documentation �- Interagency Agreement (Documented CE) ° a ❑ Class III - Environmental Assessment (EA) as ❑ Project Involves NEPA/SEPA Section 404 ° IL Interagency Agreements a Environmental Considerations L d U- E V M Q DOT Form 140-101 Revised 01/2022 Previous Editions Obsolete Packet Pg. 71 8.E.a Agency Project Title Date City of Kent City Safety Road Diets 3/29/24 i Right of Way ❑✓ No Right of Way Needed ❑ Right of Way Needed c� *All construction required by the ❑ No Relocation ❑ Relocation Required contract can be accomplished within the existing right of way. c Utilities Railroad ❑✓ No utility work required ❑✓ No railroad work required Cn ❑All utility work will be completed prior to the start [:]All railroad work will be completed prior to the start of Z of the construction contract the construction contract i ❑All utility work will be completed in coordination ❑All the railroad work will be completed in coordination E with the construction contract with the construction contract Description of Utility Relocation or Adjustments and Existing Major Structures Involved in the Project a c m E d 0 L M E 12 C9 co 3 z aM x 00 v FAA Involvement C' CO) Is any airport located within 3.2 kilometers (2 miles) of the proposed project?❑Yes ❑✓ No d Remarks E z c� c� 3 0 m Q. 0 L a m 0 L a 'a L This project has been reviewed by the legislative body of the administration agency or agencies, or it's designee, and is not inconsistent with the agency's comprehensive plan for community development. ; c as Agency E By M Date Mayor/Chairperson Q DOT Form 140-101 Revised 0112022 Previous Editions Obsolete Packet Pg. 72 8.E.a PUBLIC WORKS Chad Bieren, P.E. • Director +r c K E N T 400 West Gowe Street L WASHINOTON Kent, WA 98032 Fax: 253-856-6500 PHONE: 253-856-5500 ca 0 W Date: June 13, 2023 r City Safety Road Diets Prospectus U This project has three separate locations where the existing roads will be converted to a three lane roadway with bike lanes. cc Project locations o 1. S 260th St -S 259th PI from Pacific Hwy to Military Rd. S a 2. Meeker-Lincoln-Smith from Washington Ave. (SR 181) to 4th Ave. N 3. 4th Ave N from S. 228th St to W James St. ; 0 a E Location 1 - S 260th St -S 259th PI Start Latitude N 47022'7.39" End Latitude N 47022'11.69" CU Start Longitude W 122018'12.60" End Longitude W 122017'13.69" 3 Project Termini From - To Pacific Hwy S (SR 99) - Military Rd. S co M Length of Project: 3000 feet r E Description of Existing Facility r Road width: 45' feet Number of Lanes: 2 Approximately 900 feet east of Pacific Hwy and 260th St intersection the two 3 way left turn lane (TWLTL) ends and the road is a two lane road all the way to 3 Military Rd. a a Description of Proposed Work 0 This project will restripe the road into a three lane road with bike lanes. One travel lane and one bike lane in each direction with a TWLTL down the center. o L Type of Proposed Work a Other L Road width: 45' feet Number of Lanes: 2 ILL E m Q a a v Y Mayor Dana Ralph City of Kent P Packet Pg. 73 8.E.a Geometric Design Data Posted Speed Description Through Route Crossroad Federal Functional Urban Minor Arterial Urban Principal Arterial Classification o Terrain Rolling Rolling cc Posted Speed 35 Design Speed 35 Existing ADT 12595 2018 Design Year Design Hourly Volume (DHV) E Cu 0 L r C 0 Location 2 - Meeker-Lincoln-Smith from Washington Ave. (SR 181) to 4th Ave. N 0 Start Latitude N 47022'52.88" End Latitude 47022'58.93" E Start Longitude W 122014'49.90" End Longitude W 122014'15.06" - Cu Project Termini From — To Washington Ave. (SR 181) to 4th Ave. N Length of Project: 2800 feet 'x Co Description of Existing Facility Road width: 39-55-39 feet Number of Lanes: 4-5-4 This road is continuous but is best described as three segments, all of which have different road names but are the same road. Meeker St from Washington E Ave to 167, is 39 feet wide and has four lanes. Lincoln Street from 167 to Madison Ave is 55 feet wide and has four lanes with a TWLTL. Smith St. from Madison Ave to 4t" Ave is 39 feet wide and has four lanes. r 3 Description of Proposed Work This project will restripe the road into a three lane road with bike lanes. One a travel lane and one bike lane in each direction with a TWLTL down the center. o Where the road is wider a buffer space may allow for some vertical elements to a improve separation for the bike lane. 0 L Type of Proposed Work Other a Road width: 39-55-39 feet Number of Lanes: 4-5-4 U- r C E a Packet Pg. 74 8.E.a Geometric Design Data Posted Speed Description Through Route Crossroad Federal Functional Urban Minor Arterial Urban Principal Arterial Classification o Terrain Flat Flat cc Posted Speed 30 Design Speed 30 Existing ADT 18,025 2018 Design Year Design Hourly Volume (DHV) E CU 0 L r Location 3 - 4th Ave N from S. 228th St to W James St. E Start Latitude N 47023'50.86" End Latitude 47023'12.44" 00 L Start Longitude W 122014'19.47" End Longitude W 122014'14.39" E Project Termini From — To CU S. 228th St to W James St. Length of Project: 4000 feet 3 Description of Existing Facility Road width: 66-48-57 feet Number of Lanes: 4co After the turn lane at the intersection of 228t" St, 4t" Ave has a short 370 foot M long median and then transitions to a 48 foot wide four lane road. After the intersection of Cloudy St. the road remains 4 lanes at 57 feet wide until the intersection of James St. where a turn lane is incorporated. r r Description of Proposed Work r This project will restripe the road into a three lane road with bike lanes. One 3 travel lane and one bike lane in each direction with a TWLTL down the center. w Where the road is wider a buffer space may allow for some vertical elements to a improve separation for the bike lane. 0 a r Type of Proposed Work Other a Road width: 66-48-57 feet Number of Lanes: 4 a L LL r Q� E V R Y a Packet Pg. 75 8.E.a Geometric Design Data Posted Speed Description Through Route Crossroad Federal Functional Urban Minor Arterial Urban Minor Arterial Classification o Terrain Flat Flat cc Posted Speed 35-30 Design Speed 35-30 Existing ADT 15,264 2018 cn Design Year Design Hourly Volume (DHV) E Cu 0 L CL r C a) E 0 L Q E 4— Cu v! 3 2 x co M r C d L V R r r fC t r �3 w m a Ch 0 L CL V O L IL Q L U- r C 0 E V R Y a Packet Pg. 76 8.F KENT WASHINGTON DATE: April 16, 2024 TO: Kent City Council SUBJECT: 132nd Avenue S.E. Multi-Use Path - Transportation Improvement Board Grant - Authorize MOTION: I move to accept grant funds in the amount of $500,000 from the Transportation Improvement Board for the Complete Streets Award, amend the budget, authorize the expenditure of funds, 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: 132nd Avenue S.E. was constructed while under King County jurisdiction, then was subsequently annexed by the Kent as part of the Panther Lake Annexation. This project will build a paved path to connect missing segments for non-motorized users, thereby establishing a continuous walking route on 132nd Avenue S.E. from S.E. 240th Street to S.E. 228th Place. The project also includes repairing and resurfacing asphalt and re-channelization on 132nd Avenue S.E. The Transportation Improvement Board's maximum grant amount of $500,000 is based on 28.49% of the total construction and construction administration cost, and a City of Kent contribution of $1,255,000. Construction work must be completed by December 31, 2024, and the grant closeout paperwork completed by April 1, 2025. If this item passes unanimously, it will move to tonight's Consent Agenda. BUDGET IMPACT: $500,000 in grant funds will be added to the budget. Remaining cost will be paid for using street funds. 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. Packet Pg. 77 8.F ATTACHMENTS: 1. Grant Agreement - CSP - Kent - 132nd Avenue SE multi-use path (PDF) 04/02/24 Committee of the Whole MOTION PASSES RESULT: MOTION PASSES [UNANIMOUS]Next: 4/16/2024 7:00 PM MOVER: Brenda Fincher, Councilmember SECONDER: Toni Troutner, Councilmember AYES: Kaur, Boyce, Boyd, Fincher, Larimer, Michaud, Troutner Packet Pg. 78 8.F.a City of Kent C-P-106(004)-1 o 132nd Avenue SE multi-use path SE 228th Place to SE 240th Street Q N STATE OF WASHINGTON TRANSPORTATION IMPROVEMENT BOARD AND City of Kent a AGREEMENT N THIS GRANT AGREEMENT (hereinafter"Agreement")for the 132nd Avenue SE multi-use pathLi SE 228th Place to SE 240th Street (hereinafter "Project") is entered into by the WASHINGTON STATE TRANSPORTATION IMPROVEMENT BOARD (hereinafter "TIB") and City of KENT, a political subdivision of the State of Washington (hereinafter "RECIPIENT"). a c 1.0 PURPOSE M For the project specified above, TIB shall pay 28.4900% percent of approved eligible project costs up to the amount of$500,000, pursuant to terms contained in the RECIPIENT'S Grant Application, supporting documentation, chapter 47.26 RCW and/or chapter 47.04 RCW, title 479 WAC, and the terms and conditions listed below. a as N 2.0 SCOPE AND BUDGET ' r The Project Scope and Budget are initially described in RECIPIENT's Grant Application and E incorporated by reference into this Agreement. Scope and Budget will be further developed and (n refined, but not substantially altered during the Design, Bid Authorization and Construction Phases. Any material alterations to the original Project Scope or Budget as initially described in the Grant Application must be authorized by TIB in advance by written amendment. Q c 3.0 PROJECT DOCUMENTATION M r TIB requires RECIPIENT to make reasonable progress and submit timely Project documentation as applicable throughout the Project. Upon RECIPIENT's submission of each Y Project document to TIB, the terms contained in the document will be incorporated by reference a into the Agreement. Required documents include, but are not limited to the following: a) Project Funding Status Form b) Bid Authorization Form with plans and engineers estimate E c) Award Updated Cost Estimate L d) Bid Tabulations e) Contract Completion Updated Cost Estimate with final summary of quantities f) Project Accounting History ;a c� 4.0 BILLING AND PAYMENT E The local agency shall submit progress billings as project costs are incurred to enable TIB to maintain accurate budgeting and fund management. Payment requests may be submitted as a often as the RECIPIENT deems necessary, but shall be submitted at least quarterly if billable Packet Pg. 79 8.F.a amounts are greater than $50,000. If progress billings are not submitted, large payments may be delayed or scheduled in a payment plan. o 5.0 TERM OF AGREEMENT 0 Q. N This Agreement shall be effective upon execution by TIB and shall continue through closeout of the grant or until terminated as provided herein, but shall not exceed April 1, 2025 unless amended by the Parties. a 6.0 AMENDMENTS N This Agreement may be amended by mutual agreement of the Parties. Such amendments shall not be binding unless they are in writing and signed by persons authorized to bind each of the Parties. Li as 7.0 ASSIGNMENT a The RECIPIENT shall not assign or transfer its rights, benefits, or obligations under this M Agreement without the prior written consent of TIB. The RECIPIENT is deemed to consent to assignment of this Agreement by TIB to a successor entity. Such consent shall not constitute a waiver of the RECIPIENT's other rights under this Agreement. r; 8.0 GOVERNANCE &VENUE a as This Agreement shall be construed and interpreted in accordance with the laws of the state of Washington and venue of any action brought hereunder shall be in the Superior Court for r Thurston County. w 9.0 DEFAULT AND TERMINATION a� c 9.1 NON-COMPLIANCE > a) In the event TIB determines, in its sole discretion, the RECIPIENT has failed to Q comply with the terms and conditions of this Agreement, TO shall notify the RECIPIENT, N in writing, of the non-compliance. r b) In response to the notice, RECIPIENT shall provide a written response within 10 Y business days of receipt of TIB's notice of non-compliance, which should include either a , detailed plan to correct the non-compliance, a request to amend the Project, or a denial a. accompanied by supporting details. c) TIB will provide 30 days for RECIPIENT to make reasonable progress toward compliance pursuant to its plan to correct or implement its amendment to the Project. L d) Should RECIPIENT dispute non-compliance, TIB will investigate the dispute and Q may withhold further payments or prohibit the RECIPIENT from incurring additional reimbursable costs during the investigation. c 9.2 DEFAULT RECIPIENT may be considered in default if TIB determines, in its sole discretion, that: a Packet Pg. 80 8.F.a a) RECIPIENT is not making reasonable progress toward correction and compliance. o b) TIB denies the RECIPIENT's request to amend the Project. c) After investigation TIB confirms RECIPIENT'S non-compliance. o N TIB reserves the right to order RECIPIENT to immediately stop work on the Project and TIB may stop Project payments until the requested corrections have been made or the Agreement has been terminated. a 9.3 TERMINATION N a) In the event of default by the RECIPIENT as determined pursuant to Section 9.2, TIB shall serve RECIPIENT with a written notice of termination of this Agreement, which shall be served in person, by email or by certified letter. Upon service of notice of Li termination, the RECIPIENT shall immediately stop work and/or take such action as may be directed by TIB. > b) In the event of default and/or termination by either PARTY, the RECIPIENT may M be liable for damages as authorized by law including, but not limited to, repayment of grant funds. v rn M c) The rights and remedies of TIB provided in the AGREEMENT are not exclusive and are in addition to any other rights and remedies provided by law. a a� 9.4 TERMINATION FOR NECESSITY TIB may, with ten (10) days written notice, terminate this Agreement, in whole or in part, F because funds are no longer available for the purpose of meeting TIB's obligations. If w this Agreement is so terminated, TO shall be liable only for payment required under this n Agreement for performance rendered or costs incurred prior to the effective date of termination. > a 10.0 USE OF TIB GRANT FUNDS c N M r TIB grant funds come from Motor Vehicle Fuel Tax revenue and other revenue sources. Any use of these funds for anything other than highway or roadway system improvements is Y prohibited and shall subject the RECIPIENT to the terms, conditions and remedies set forth in , Section 9. If Right of Way is purchased using TIB funds, and some or all of the Right of Way is a. subsequently sold, proceeds from the sale must be deposited into the RECIPIENT's motor vehicle fund and used for a motor vehicle purpose. The obligations of this Section shall survive termination of this Agreement. as 11.0 INCREASE OR DECREASE IN TIB GRANT FUNDS a At Bid Award and Contract Completion, RECIPIENT may request an increase in the maximum payable TO funds for the specific project. Requests must be made in writing and will be considered by TIB and awarded at the sole discretion of TIB. All increase requests must be made pursuant to WAC 479-05-202 and/or WAC 479-01-060 and/or WAC 479-10-575. If an increase is denied, the recipient shall be liable for all costs incurred in excess of the maximum amount payable by TIB. In the event that final costs related to the specific project are less than the initial grant award, TIB funds will be decreased and/or refunded to TIB in a manner that a Packet Pg. 81 8.F.a maintains the intended ratio between TIB funds and total project costs, as described in Section 1.0 of this Agreement. o 0 12.0 INDEPENDENT CAPACITY c c� The RECIPIENT shall be deemed an independent contractor for all purposes and the employees of the RECIPIENT or any of its contractors, subcontractors, and employees thereof shall not in any manner be deemed employees of TIB. a a� 13.0 INDEMNIFICATION AND HOLD HARMLESS The PARTIES agree to the following: Li Each of the PARTIES, shall protect, defend, indemnify, and save harmless the other PARTY, its officers, officials, employees, and agents, while acting within the scope of their employment as a such, from any and all costs, claims,judgment, and/or awards of damages, arising out of, or in any way resulting from, that PARTY's own negligent acts or omissions which may arise in M connection with its performance under this Agreement. No PARTY will be required to indemnify, defend, or save harmless the other PARTY if the claim, suit, or action for injuries, death, or damages is caused by the sole negligence of the other PARTY. Where such claims, r; suits, or actions result from the concurrent negligence of the PARTIES, the indemnity provisions provided herein shall be valid and enforceable only to the extent of a PARTY's own negligence. Each of the PARTIES agrees that its obligations under this subparagraph extend to any claim, demand and/or cause of action brought by, or on behalf of, any of its employees or agents. For this purpose, each of the PARTIES, by mutual negotiation, hereby waives, with respect to the r other PARTY only, any immunity that would otherwise be available to it against such claims under the Industrial Insurance provision of Title 51 RCW. In any action to enforce the provisions w of the Section, the prevailing PARTY shall be entitled to recover its reasonable attorney's fees (n and costs incurred from the other PARTY. The obligations of this Section shall survive termination of this Agreement. > a 14.0 DISPUTE RESOLUTION c N M r a) The PARTIES shall make good faith efforts to quickly and collaboratively resolve any dispute arising under or in connection with this AGREEMENT. The dispute resolution Y process outlined in this Section applies to disputes arising under or in connection with , the terms of this AGREEMENT. a. U b) Informal Resolution. The PARTIES shall use their best efforts to resolve disputes promptly and at the lowest organizational level. as c) In the event that the PARTIES are unable to resolve the dispute, the PARTIES shall submit the matter to non-binding mediation facilitated by a mutually agreed upon Q mediator. The PARTIES shall share equally in the cost of the mediator. ,L^ V d) Each PARTY agrees to compromise to the fullest extent possible in resolving the dispute in order to avoid delays or additional incurred cost to the Project. m E e) The PARTIES agree that they shall have no right to seek relief in a court of law until and unless the Dispute Resolution process has been exhausted. a Packet Pg. 82 8.F.a c 0 c� 0 15.0 ENTIRE AGREEMENT c c� This Agreement, together with the RECIPIENT'S Grant Application, the provisions of chapter 47.26 Revised Code of Washington and/or 47.04 Revised Code of Washington, the provisions of title 479 Washington Administrative Code, and TIB Policies, constitutes the entire agreement a between the PARTIES and supersedes all previous written or oral agreements between the N PARTIES. r 16.0 RECORDS MAINTENANCE Li The RECIPIENT shall maintain books, records, documents, data and other evidence relating to this Agreement and performance of the services described herein, including but not limited to a accounting procedures and practices which sufficiently and properly reflect all direct and indirect costs of any nature expended in the performance of this Agreement. RECIPIENT shall retain M 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 Agreement shall be subject at all reasonable times to inspection, review or audit by TIB personnel duly authorized by TIB, the r; Office of the State Auditor, and federal and state officials so authorized by law, regulation or agreement. The obligations of this Section shall survive termination of this Agreement. a as 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 r been resolved. w a� Approved as to Form Attorney General > a By: N M r a+ Signature on file Y Guy Bowman can Assistant Attorney General c as E as as Lead Agency Transportation Improvement Board Q c 0 ,L^ V Chief Executive Officer Date Executive Director Date E t cC Q Print Name Print Name Packet Pg. 83 8.G KENT WASHINGTON DATE: April 16, 2024 TO: Kent City Council SUBJECT: Appointments to the Kent Bicycle Advisory Board - Confirm MOTION: I move to confirm the Mayor's reappointments of Gordon Dona, Tim Irwin, and Allison Hopstad to the Kent Bicycle Advisory Board for additional three-year terms that will expire on March 31, 2027; and confirm the Mayor's appointment of Baron You and Tom Bader to the Kent Bicycle Advisory Board for inaugural one-year terms that will expire on March 31, 2025. SUMMARY: Gordon Dona - Position 5 Three-year term ending 3/31/2027 Gordon was born and raised in Kent, but moved away during his career as a Naval Officer and commercial pilot. He moved back to Kent 3 years ago, but has stayed abreast of the changes in Kent during his time away. Gordon is a lifelong recreational cyclist, participating in various types of cycling and events like tandem rides, 50-mile group rides, and triathlons. He is interested in helping develop the various cycling aspects of the City and brings a broad spectrum of interest and experience from seeing other cities develop their bike infrastructure. Gordon is an active member of the board, makes regular contributions during meetings, and is a member of the infrastructure subcommittee. Tim Irwin - Position 6 Three-year term ending 3/31/2027 Tim has lived in Kent for 25 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. Tim is an active member of the board, provides valuable input, and is currently serving on the Resident Advisory Group for the Kent Target Zero Action Plan as the KBAB representative. Allison Hopstad - Position 7 Three-year term ending 3/31/2027 Allison has lived in Kent for 7 years and works in digital marketing and e- Packet Pg. 84 8.G 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 is an active member of the board. Baron You - Position 9 (Vacancy created by resignation) Inaugural term of one-year ending 3/31/2025 Baron has built a career in Education, especially among diverse communities, and has lived in Kent since 2017 and is passionate about biking, especially BMX. He wants to keep kids and families safe, and wants to work more on safety in Kent. Baron has previously served as a non-profit Board President for a local Tribe, been a guest speaker, and helped lead out in different community events, both in the Northwest and California. When talking with Baron it's easy to see his passion and enthusiasm for biking and helping his community. I am sure he would make a great addition to the Board. Tom Bader - Position 11 (Vacancy created by resignation) Inaugural term of one-year ending 3/31/2025 Tom is a retired Navy Air Veteran, business owner, former soccer coach, and resident of Kent since 2015. He currently uses a 3-wheeled electric bike as his primary form of Transportation, but also loves to be out in nature on local trails. You can also find Tom volunteering at the Senior Center on a regular basis. During his time living in Cashmere, Tom was heavily involved in youth soccer and assisted the City Council in planning Community events. Tom has lots of biking and community experience and wants to apply that experience to improve safety and awareness in Kent for those on 2 (or 3) wheels. Tom would be a nice addition to the Board. 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. 85 10.A 1�# KENT DATE: April 16, 2024 TO: Kent City Council SUBJECT: 2024 Pavement Preservation Bid - Award MOTION: I move to award the 2024 Pavement Preservation Project to CPM Development Corporation DBA ICON Materials in the amount of $4,771,296 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: The project includes repaving streets throughout the City as shown on the project plans, including work near Fire Station #74 on 1161" Avenue S.E, intersections on 641" Avenue South at South 228t" Street, South 236t" Street and West James Street, and various spot improvements. There is related work to include shoulder widening, curb ramps, speed cushions, raised crosswalks, curb, gutter and sidewalk repairs. The project also adds a curb-separated walking path on the west side of 132n1 Avenue S.E. between S.E. 240t" Street and S.E. 228t" Place - funded by the Washington State Transportation Improvement Board Complete Streets grant program. The bid opening for the 2024 Pavement Preservation Project was held on April 11, 2024, with four bids received. The lowest responsive bid by a responsible bidder was submitted by CPM Development Corporation DBA ICON Materials in the amount of $4,771,296. Bid Tab Summary CPM Development Corporation DBA ICON Materials $4,771,296.00 Lakeside Industries, Inc. $4,898,101.00 Miles Resources, LLC $5,100,000.00 Tucci & Sons, Inc. $5,315,635.00 Engineer's Estimate $4,850,857.00 BUDGET IMPACT: This project will be funded through a variety of sources including: the Street Fund, Solid Waste Utility Tax, Parks Capital (improvements related to Springwood Park), and a grant from the TIB Complete Streets program Packet Pg. 86 10.A for the work on 132"d Avenue SE. The TIB Complete Streets grant is supported with funding from Washington's Climate Commitment Act (CCA). The CCA supports Washington's climate action efforts by putting cap-and-invest dollars to work reducing climate pollution, creating jobs and improving public health. Information about the CCA is available at .www.cl i mate.wa.gov <https://climate.wa.gov/>. SUPPORTS STRATEGIC PLAN GOAL: Evolvin4 Infrastructure - Connecting people and places through strategic investments in physical and technological infrastructure. ATTACHMENTS: 1. 2024 Pavement Preservation Bid Tab (PDF) Packet Pg. 87 10.A.a 2024 Pavement Preservation 1 2 3 4 Bid Opening: April 11 , 2024, 10:00 AM CPM Development Corp Lakeside Industries, Inc. Miles Resources, LLC Tucci & Sons, Inc. DBA ICON Materials 28610 MVBD Road SE, Suite 140 400 Valley Avenue NE 4224 Waller Road Disclaimer: These preliminary bid results are provided as a convenience to 1508 Valentine Avenue SE Maple Valley, WA 98038 Puyallup, WA 98372 Tacoma, WA 98443 contractors for informational purposes only and do not identify lowest Pacific, WA 98047-2103 responsible bidder. Bid review by staff and final award pending. TOTAL $4,771,296.00 $4,898,101.00 $5,100,000.00 $5,315,635.00 ITEM DESCRIPTION QTY UNIT UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL NO. PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT SCHEDULE I: SOLID WASTE 1000 Mobilization 1 LS 132,700.00 $132,700.00 190,000.00 $190,000.00 200,000.00 $200,000.00 184,000.00 $184,000.00 3 1005 Clearing and Grubbing 1 LS 3,400.00 $3,400.00 7,500.00 $7,500.00 5,600.00 $5,600.00 3,600.00 $3,600.00 a 1010 * Remove Existing Asphalt Concrete Pavement 500 SY 29.00 $14,500.00 66.00 $33,000.00 67.00 $33,500.00 29.00 $14,500.00 1020 * Remove Cement Concrete Sidewalk 400 SY 62.00 $24,800.00 66.00 $26,400.00 67.00 $26,800.00 85.00 $34,000.00 m 1025 * Remove Cement Concrete Curb and Gutter 1,000 LF 16.00 $16,000.00 33.00 $33,000.00 11.00 $11,000.00 10.00 $10,000.00 1040 Removal of Raised Pavement Markers and Painted 1 LS 2,580.00 $2,580.00 2,200.00 $2,200.00 2,400.00 $2,400.00 3,500.00 $3,500.00 and/or Thermoplastic Traffic Markings 1050 * Saw Cut Existing Asphalt Concrete Pavement 1,300 LF 3.60 $4,680.00 6.00 $7,800.00 3.00 $3,900.00 5.00 $6,500.00 a 1055 * Saw Cut Existing Cement Concrete Pavement 250 LF 6.00 $1,500.00 6.00 $1,500.00 3.00 $750.00 7.00 $1,750.00 1060 * Roadway Excavation, Incl. Haul 800 CY 81.00 $64,800.00 70.00 $56,000.00 83.00 $66,400.00 122.00 $97,600.00 1065 * Unsuitable Foundation Excavation Incl. Haul 400 CY 68.00 $27,200.00 70.00 $28,000.00 100.00 $40,000.00 70.00 $28,000.00 a 1075 * Gravel Borrow, Including Haul and Compaction 600 TON 36.00 $21,600.00 35.00 $21,000.00 50.00 $30,000.00 57.00 $34,200.00 0 1080 * Crushed Surfacing Top Course, 5/8 Inch Minus 500 TON 59.00 $29,500.00 50.00 $25,000.00 60.00 $30,000.00 108.00 $54,000.00 `4 1085 Quarry Spalls 50 TON 85.00 $4,250.00 105.00 $5,250.00 120.00 $6,000.00 120.00 $6,000.00 N � 1095 * HMA Class 1/2", PG 58V-22 1,200 TON 165.00 $198,000.00 152.00 $182,400.00 145.00 $174,000.00 185.00 $222,000.00 1100 * HMA for Full Width Overlay Class 1/2", PG 58V-22 1,800 TON 130.00 $234,000.00 120.00 $216,000.00 145.00 $261,000.00 165.00 $297,000.00 M 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 1110 * Planing Bituminous Pavement 10,000 SY 8.60 $86,000.00 7.00 $70,000.00 5.00 $50,000.00 5.75 $57,500.00 m 1120 Seed Cushion 3 EA 9 500.00 28 500.00 10 200.00 p $ $30,600.00 7,500.00 $22,500.00 11,000.00 $33,000.00 1122 * Raised Crosswalk 4 EA 8,500.00 $34,000.00 15,000.00 $60,000.00 10,500.00 $42,000.00 18,000.00 $72,000.00 1124 Traffic Circle 1 EA 26,500.00 $26,500.00 33,000.00 $33,000.00 1,680.00 $1,680.00 17,000.00 $17,000.00 L 1126 Bolt Down Rubber Speed Bump 4 EA 3,000.00 $12,000.00 850.00 $3,400.00 1,120.00 $4,480.00 1,600.00 $6,400.00 a 1145 * Cement Concrete Sidewalk 300 SY 95.00 $28,500.00 78.00 $23,400.00 100.00 $30,000.00 89.00 $26,700.00 1147 Cement Concrete Pad for Hydrant 2 EA 540.00 $1,080.00 175.00 $350.00 170.00 $340.00 510.00 $1,020.00 1170 * Cement Concrete Sidewalk Ramp Type Parallel A 15 EA 3,000.00 $45,000.00 3,000.00 $45,000.00 2,800.00 $42,000.00 4,100.00 $61,500.00 a 1175 Cement Concrete Sidewalk Ramp Type Parallel B 2 EA 3,000.00 $6,000.00 3,000.00 $6,000.00 2,800.00 $5,600.00 4,100.00 $8,200.00 0 1180 Cement Concrete Sidewalk Ramp Type Combination 4 EA 3,000.00 $12,000.00 4,300.00 $17,200.00 4,116.00 $16,464.00 4,100.00 $16,400.00 1191 Cement Concrete Sidewalk Ramp Type Landing 2 EA 3,000.00 $6,000.00 2,200.00 $4,400.00 2,000.00 $4,000.00 4,100.00 $8,200.00 1198 * Cement Concrete Trench Drain 2 EA 4,800.00 $9,600.00 5,000.00 $10,000.00 4,870.00 $9,740.00 10,000.00 $20,000.00 1205 * Cement Concrete Curb and Gutter 900 LF 66.00 $59,400.00 54.00 $48,600.00 55.00 $49,500.00 60.00 $54,000.00 a 1210 * Cement Concrete Extruded Curb Painted White 500 LF 34.00 $17,000.00 36.00 $18,000.00 32.00 $16,000.00 32.00 $16,000.00 1211 * Pedestrian Curb 400 LF 60.00 $24,000.00 50.00 $20,000.00 55.00 $22,000.00 56.00 $22,400.00 1212 * Plastic Curb with Pylons 18 EA 372.00 $6,696.00 390.00 $7,020.00 350.00 6,300.00 350.00 $6,300.00 1221 * Replace Existing Catch Basin Frame and Grate and 4 EA 1,176.00 $4,704.00 1,100.00 $4,400.00 1,800.00 $7,200.00 1,500.00 $6,000.00 Adjust to Finished Grade 1224 Replace Existing Catch Basin Frame and Grate with 2 EA 1,176.00 $2,352.00 1,200.00 $2,400.00 2,000.00 $4,000.00 1,500.00 $3,000.00 ADA Locking Frame and Grate 1225 * Replace Existing Manhole Circular Frame and Cover 6 EA 1,833.00 $10,998.00 1,200.00 $7,200.00 1,975.00 $11,850.00 1,500.00 $9,000.00 and Adjust to Finished Grade 1229 Replace Existing Manhole Rectangular Frame and 1 EA 1,833.00 $1,833.00 1,200.00 $1,200.00 2,175.00 $2,175.00 1,500.00 $1,500.00 Cover with Circular Frame and Cover and Adjust to Finished Grade 1230 * Replace Existing Valve Box Top Section and Lid 2 EA 1,150.00 $2,300.00 725.00 $1,450.00 1,100.00 $2,200.00 1,100.00 $2,200.00 Packet Pg. 88 10.A.a 2024 Pavement Preservation 1 2 3 4 Bid Opening: April 11 , 2024, 10:00 AM CPM Development Corp Lakeside Industries, Inc. Miles Resources, LLC Tucci & Sons, Inc. DBA ICON Materials 28610 MVBD Road SE, Suite 140 400 Valley Avenue NE 4224 Waller Road Disclaimer: These preliminary bid results are provided as a convenience to 1508 Valentine Avenue SE Maple Valley, WA 98038 Puyallup, WA 98372 Tacoma, WA 98443 contractors for informational purposes only and do not identify lowest Pacific, WA 98047-2103 responsible bidder. Bid review by staff and final award pending. TOTAL $4,771,296.00 $4,898,101.00 $5,100,000.00 $5,315,635.00 ITEM DESCRIPTION QTY UNIT UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL NO. PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT 1239 Adjust Existing Cleanout to Finished Grade 1 EA 480.00 $480.00 750.00 $750.00 1,050.00 $1,050.00 700.00 $700.00 1245 * Install New Riser for Monument Case and Cover and 2 EA 1,050.00 $2,100.00 575.00 $1,150.00 125.00 $250.00 1,100.00 $2,200.00 Adjust to Finished Grade 3 1255 Shoring or Extra Excavation Class B 160 SF 7.50 $1,200.00 6.00 $960.00 17.50 $2,800.00 2.00 $320.00 Q 1270 * Adjust Existing Junction Box to Finished Grade 2 EA 720.00 $1,440.00 675.00 $1,350.00 672.00 $1,344.00 700.00 $1,400.00 1295 * Permanent Signing Including Post and Foundation 16 EA 1,200.00 $19,200.00 1,150.00 $18,400.00 1,050.00 $16,800.00 600.00 $9,600.00 @ 1300 Gravity Block Wall 360 SF 50.00 $18,000.00 80.00 $28,800.00 63.00 $22,680.00 55.00 $19,800.00 .2 1370 * Detectable Warning Surface 40 EA 84.00 $3,360.00 165.00 $6,600.00 100.00 $4,000.00 85.00 $3,400.00 1400 Remove Existing Storm Sewer Pipe 78 LF 26.00 $2,028.00 30.00 $2,340.00 19.00 $1,482.00 18.00 $1,404.00 1405 Ductile Iron Storm Sewer Pipe, 18-Inch Diameter 78 LF 320.00 $24,960.00 315.00 $24,570.00 270.00 $21,060.00 330.00 $25,740.00 a 1410 Pipe Zone Bedding 100 TON 25.00 $2,500.00 60.00 $6,000.00 35.00 $3,500.00 32.00 $3,200.00 1420 Bank Run Gravel for Trench Backfill 200 TON 25.00 $5,000.00 60.00 $12,000.00 35.00 $7,000.00 65.00 $13,000.00 1500 * Uniformed Off-Duty Police Officer 100 HR 187.00 $18,700.00 135.00 $13,500.00 150.00 $15,000.00 140.00 $14,000.00 a 1505 * Traffic Control Labor 2,200 HR 77.00 $169,400.00 85.00 $187,000.00 75.00 $165,000.00 75.00 $165,000.00 0 1510 * Traffic Control Supervisor 1,000 HR 83.00 $83,000.00 105.00 $105,000.00 115.00 $115,000.00 110.00 $110,000.00 `I 1520 Temporary Traffic Control Devices 1 LS 3,120.00 $3,120.00 7,500.00 $7,500.00 4,200.00 $4,200.00 12,000.00 $12,000.00 1530 * Portable Changeable Message Sign (PCMS) 120 DAYS 60.00 $7,200.00 105.00 $12,600.00 112.00 $13,440.00 70.00 $8,400.00 1535 * Sequential Arrow Sign (SAS) 60 DAYS 24.00 $1,440.00 62.00 $3,720.00 56.00 $3,360.00 30.00 $1,800.00 1540 * Construction Signs Class A 200 SF 22.00 $4,400.00 25.00 $5,000.00 37.00 $7,400.00 20.00 $4,000.00 1545 * Temporary Pavement Markin Short Duration 12,000 LF 0.30 $9,360.00 0.40 $4,800.00 p y g - $3 600.00 0.50 $6,000.00 0.78 1580 * Raised Pavement Marker Type 2 2 HUND 1,500.00 $3,000.00 1,500.00 $3,000.00 1,400.00 $2,800.00 1,500.00 $3,000.00 ° �a 1581 * Painted Skip Lane Line 100 LF 2.40 $240.00 2.20 $220.00 2.25 $225.00 2.50 $250.00 1585 White Edge Line Paint Stripe 5,000 LF 1.20 $6,000.00 1.15 $5,750.00 1.00 $5,000.00 1.25 $6,250.00 L 1590 * Painted White Wide Line 200 LF 3.60 $720.00 3.50 $700.00 3.50 $700.00 3.50 $700.00 a c 1595 * Double Yellow Centerline Paint Strip 3,300 LF 3.60 $11,880.00 3.50 $11,550.00 3.50 $11,550.00 3.50 $11,550.00 1615 * Plastic Crosswalk Line 1,100 SF 13.80 $15,180.00 13.00 $14,300.00 13.00 $14,300.00 13.00 $14,300.00 ; 1625 * Plastic Stop Line (24 Inch Wide) 200 LF 18.00 $3,600.00 17.00 $3,400.00 17.00 $3,400.00 17.00 $3,400.00 a 1630 * Plastic Traffic Arrow 11 EA 540.00 $5,940.00 525.00 $5,775.00 504.00 $5,544.00 500.00 $5,500.00 N 1660 Painting Traffic Curb 200 LF 4.80 $960.00 4.50 $900.00 4.50 $900.00 4.50 $900.00 1700 * Painting Traffic Curb 15 EA 1,200.00 $18,000.00 1,100.00 $16,500.00 1,120.00 $16,800.00 1,200.00 $18,000.00 E 1705 * Additional Lead-In Wire 1,000 LF 7.20 $7,200.00 7.00 $7,000.00 6.75 $6,750.00 7.00 $7,000.00 _ 1710 Installation and Connections -Video Detection Camera 3 EA 24,000.00 $72,000.00 22,000.00 $66,000.00 22,400.00 $67,200.00 23,000.00 $69,000.00 a 1800 * Inlet Protection 40 EA 36.00 $1,440.00 75.00 $3,000.00 100.00 $4,000.00 110.00 $4,400.00 1805 * Wattle 500 LF 5.00 $2,500.00 5.70 $2,850.00 4.50 $2,250.00 6.00 $3,000.00 1810 * ESC Lead 200 HR 30.00 $6,000.00 12.50 $2,500.00 20.00 $4,000.00 90.00 $18,000.00 1815 * Street Cleaning 200 HR 228.00 $45,600.00 240.00 $48,000.00 215.00 $43,000.00 230.00 $46,000.00 1827 Landscape Restoration 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 1830 * Seeding and Fertilizing by Hand 100 SY 9.00 $900.00 11.00 $1,100.00 100.00 $10,000.00 21.00 $2,100.00 1835 * Topsoil Type A 10 CY 176.00 $1,760.00 125.00 $1,250.00 100.00 $1,000.00 230.00 $2,300.00 1840 * Wood Chip Mulch 10 CY 85.00 $850.00 125.00 $1,250.00 100.00 $1,000.00 235.00 $2,350.00 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 195.00 $195.00 600.00 $600.00 500.00 $500.00 300.00 $300.00 Packet Pg. 89 10.A.a 2024 Pavement Preservation 1 2 3 4 Bid Opening: April 11 , 2024, 10:00 AM CPM Development Corp Lakeside Industries, Inc. Miles Resources, LLC Tucci & Sons, Inc. DBA ICON Materials 28610 MVBD Road SE, Suite 140 400 Valley Avenue NE 4224 Waller Road Disclaimer: These preliminary bid results are provided as a convenience to 1508 Valentine Avenue SE Maple Valley, WA 98038 Puyallup, WA 98372 Tacoma, WA 98443 contractors for informational purposes only and do not identify lowest Pacific, WA 98047-2103 responsible bidder. Bid review by staff and final award pending. TOTAL $4,771,296.00 $4,898,101.00 $5,100,000.00 $5,315,635.00 ITEM DESCRIPTION QTY UNIT UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL NO. PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT 1900 Minor Changes 1 CALC 20,000.00 $20,000.00 20,000.00 $20,000.00 20,000.00 $20,000.00 20,000.00 $20,000.00 SCHEDULE I TOTAL $1,829,066.00 $1,937,555.00 $1,907,024.00 $2,114,034.00 3 a SCHEDULE II: STREETS-S 228TH ST&64TH AVE S, S228ST&CENTRAL AVE N, BOTH AVE S 2000 Mobilization 1 LS 83,200.00 $83,200.00 125,000.00 $125,000.00 105,000.00 $105,000.00 25,000.00 $25,000.00 m 2005 Clearing and Grubbing 1 LS 3,400.00 $3,400.00 4,500.00 $4,500.00 5,600.00 $5,600.00 3,600.00 $3,600.00 2010 * Remove Existing Asphalt Concrete Pavement 300 SY 29.00 $8,700.00 66.00 $19,800.00 67.00 $20,100.00 29.00 $8,700.00 2020 * Remove Cement Concrete Sidewalk 300 SY 62.00 $18,600.00 66.00 $19,800.00 67.00 $20,100.00 85.00 $25,500.00 L 2025 * Remove Cement Concrete Curb and Gutter 460 LF 16.00 $7,360.00 33.00 $15,180.00 11.00 $5,060.00 10.00 $4,600.00 a 2040 * Removal of Raised Pavement Markers and Painted 1 LS 4,020.00 $4 020.00 2,200.00 $2 200.00 3,752.00 $3 752.00 3,500.00 $3,500.00 and/or Thermoplastic Traffic Markings 2045 Removal of Existing In-Ground Flashers 1 LS 6,000.00 $6,000.00 5,500.00 $5,500.00 5,600.00 $5,600.00 5,600.00 $5,600.00 a 2050 * Saw Cut Existing Asphalt Concrete Pavement 800 LF 3.60 $2,880.00 6.00 $4,800.00 3.00 $2,400.00 5.00 $4,000.00 0 2055 * Saw Cut Existing Cement Concrete Pavement 160 LF 6.00 $960.00 6.00 $960.00 3.00 $480.00 7.00 $1,120.00 2060 * Roadway Excavation, Inc.. Haul 1,500 CY 81.00 $121,500.00 70.00 $105,000.00 83.00 $124,500.00 122.00 $183,000.00 2065 * Unsuitable Foundation Excavation Incl. Haul 600 CY 68.00 $40,800.00 70.00 $42,000.00 100.00 $60,000.00 70.00 $42,000.00 2075 * Gravel Borrow, Including Haul and Compaction 1,500 TON 36.00 $54,000.00 35.00 $52,500.00 50.00 $75,000.00 57.00 $85,500.00 2080 * Crushed Surfacing Top Course, 5/8 Inch Minus 1,200 TON 59.00 $70,800.00 50.00 $60,000.00 60.00 $72,000.00 108.00 $129,600.00 2095 * HMA Class 1/2", PG 58V-22 600 TON 165.00 $99,000.00 152.00 $91,200.00 145.00 $87,000.00 185.00 $111,000.00 m 2100 * HMA for Full Width OverlayClass 1/2", PG 58V-22 700 TON 130.00 $91,000.00 120.00 $84,000.00 145.00 $101,500.00 165.00 $115,500.00 2105 Asphalt Cost Price Adjustment 1 CALC 5,000.00 $5,000.00 5,000.00 $5,000.00 5,000.00 $5,000.00 5,000.00 $5,000.00 2110 * Planing Bituminous Pavement 3,000 SY 8.60 $25,800.00 7.00 $21,000.00 5.00 $15,000.00 5.75 $17,250.00 L 2122 * Raised Crosswalk 1 EA 8,500.00 $8,500.00 15,000.00 $15,000.00 10,500.00 $10,500.00 18,000.00 $18,000.00 a 2145 * Cement Concrete Sidewalk 30 SY 95.00 $2,850.00 78.00 $2,340.00 100.00 $3,000.00 89.00 $2,670.00 2146 * Cement Concrete Sidewalk, Downtown Finish 30 SY 180.00 $5,400.00 85.00 $2,550.00 100.00 $3,000.00 168.00 $5,040.00 2147 Cement Concrete Pad for Hydrant 1 EA 540.00 $540.00 175.00 $175.00 170.00 $170.00 510.00 $510.00 0_ 2165 * Cement Concrete Sidewalk Ramp Type Perpendicular A 1 EA 3,000.00 $3,000.00 2,400.00 $2,400.00 2,150.00 $2,150.00 4,100.00 $4,100.00 0 2180 * Cement Concrete Sidewalk Ramp Type Combination 8 EA 3,000.00 $24,000.00 4,300.00 $34,400.00 4,116.00 $32,928.00 4,100.00 $32,800.00 2191 * Cement Concrete Sidewalk Ramp Type Landing 2 EA 3,000.00 $6,000.00 2,200.00 $4,400.00 2,000.00 $4,000.00 4,100.00 $8,200.00 2195 Cement Concrete Sidewalk Ramp Type Island 3 EA 6,000.00 $18,000.00 2,900.00 $8,700.00 2,650.00 $7,950.00 6,900.00 $20,700.00 2198 * Cement Concrete Trench Drain 4 EA 4,800.00 $19,200.00 5,000.00 $20,000.00 4,870.00 $19,480.00 10,000.00 $40,000.00 a 2205 * Cement Concrete Curb and Gutter 400 LF 66.00 $26,400.00 54.00 $21,600.00 55.00 $22,000.00 60.00 $24,000.00 2211 * Pedestrian Curb 200 LF 60.00 $12,000.00 50.00 $10,000.00 55.00 $11,000.00 56.00 $11,200.00 2212 * Plastic Curb with Pylons 12 EA 372.00 $4,464.00 390.00 $4,680.00 350.00 $4,200.00 350.00 $4,200.00 2213 * Traffic Curb 60 LF 78.00 $4,680.00 52.00 $3,120.00 55.00 $3,300.00 73.00 $4,380.00 2221 * Replace Existing Catch Basin Frame and Grate and 5 EA 1,176.00 $5,880.00 1,100.00 $5,500.00 1,800.00 $9,000.00 1,500.00 $7,500.00 Adjust to Finished Grade 2223 Replace Existing Catch Basin Grate with ADA 1 EA 396.00 $396.00 1,100.00 $1,100.00 1,800.00 $1,800.00 1,500.00 $1,500.00 Compliant Grate 2224 * Replace Existing Catch Basin Frame and Grate with 1 EA 1,176.00 $1,176.00 1,200.00 $1,200.00 2,000.00 $2,000.00 1,500.00 $1,500.00 ADA Locking Frame and Grate 2225 * Replace Existing Manhole Circular Frame and Cover 13 EA 1,833.00 $23,829.00 1,200.00 $15,600.00 1,975.00 $25,675.00 1,500.00 $19,500.00 and Adjust to Finished Grade 2230 * Replace Existing Valve Box Top Section and Lid 8 EA 1,150.00 $9,200.00 725.00 $5,800.00 1,100.00 $8,800.00 1,100.00 $8,800.00 Packet Pg. 90 10.A.a 2024 Pavement Preservation 1 2 3 4 Bid Opening: April 11 , 2024, 10:00 AM CPM Development Corp Lakeside Industries, Inc. Miles Resources, LLC Tucci & Sons, Inc. DBA ICON Materials 28610 MVBD Road SE, Suite 140 400 Valley Avenue NE 4224 Waller Road Disclaimer: These preliminary bid results are provided as a convenience to 1508 Valentine Avenue SE Maple Valley, WA 98038 Puyallup, WA 98372 Tacoma, WA 98443 contractors for informational purposes only and do not identify lowest Pacific, WA 98047-2103 responsible bidder. Bid review by staff and final award pending. TOTAL $4,771,296.00 $4,898,101.00 $5,100,000.00 $5,315,635.00 ITEM DESCRIPTION QTY UNIT UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL NO. PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT 2245 * Install New Riser for Monument Case and Cover and 3 EA 1,050.00 $3,150.00 575.00 $1,725.00 125.00 $375.00 1,100.00 $3,300.00 Adjust to Finished Grade 2270 Adjust ExistingJunction Box to Finished Grade with 1 EA 2 160.00 $2,160.00 675.00 $675.00 2,015.00 $2,015.00 2,100.00 $2,100.00 � ADA Lid 3 Q 2271 Remove and Replace Type 1 Junction Box 1 EA 1,440.00 $1,440.00 1,350.00 $1,350.00 1,350.00 $1,350.00 1,400.00 $1,400.00 2272 Relocate Existing Flashing Beacon Sign and Foundation 1 EA 6,000.00 $6,000.00 5,500.00 $5,500.00 5,600.00 $5,600.00 5,700.00 $5,700.00 m 0 2290 * Relocate Existing Sign 1 EA 1,200.00 $1,200.00 1,150.00 $1,150.00 560.00 $560.00 350.00 $350.00 2291 Relocate Existing Planter Pot 1 EA 420.00 $420.00 825.00 $825.00 1,120.00 $1,120.00 600.00 $600.00 N 2292 Relocate Existing Trash Can 1 EA 208.00 $208.00 825.00 $825.00 1,120.00 $1,120.00 600.00 $600.00 a 2295 * Permanent Signing Including Post and Foundation 10 EA 1,200.00 $12,000.00 1,150.00 $11,500.00 1,050.00 $10,500.00 600.00 $6,000.00 2402 PVC Storm Sewer Pipe, 6 Inch Diameter 11 LF 230.00 $2,530.00 80.00 $880.00 175.00 $1,925.00 99.00 $1,089.00 E 2403 Prefabricated Trench Drain System 1 LS 2,140.00 $2,140.00 9,200.00 $9,200.00 8,780.00 $8,780.00 6,800.00 $6,800.00 a 2404 Remove Existing Yard Drain 2 EA 940.00 $1,880.00 1,000.00 $2,000.00 475.00 $950.00 500.00 $1,000.00 N 2500 * Uniformed Off-Duty Police Officer 200 HR 187.00 $37,400.00 135.00 $27,000.00 150.00 $30,000.00 140.00 $28,000.00 N 2505 * Traffic Control Labor 2,100 HR 77.00 $161,700.00 85.00 $178,500.00 75.00 $157,500.00 75.00 $157,500.00 C14 2510 * Traffic Control Supervisor 800 HR 83.00 $66,400.00 105.00 $84,000.00 115.00 $92,000.00 110.00 $88,000.00 M 2520 Temporary Traffic Control Devices 1 LS 3,120.00 $3,120.00 4,500.00 $4,500.00 4,200.00 $4,200.00 12,000.00 $12,000.00 2530 * Portable Changeable Message Sign (PCMS) 160 DAYS 60.00 $9,600.00 105.00 $16,800.00 112.00 $17,920.00 70.00 $11,200.00 ~ 2535 * Sequential Arrow Sign (SAS) 80 DAYS 24.00 $1,920.00 62.00 $4,960.00 56.00 $4,480.00 30.00 $2,400.00 m 2540 * Construction Signs Class A 500 LF 22.00 $11,000.00 25.00 $12,500.00 37.00 $18,500.00 20.00 $10,000.00 0 2581 * Painted Skip Lane Line 400 SF 2.40 $960.00 2.20 $880.00 2.25 $900.00 2.50 $1,000.00 2585 White Edge Line Paint Stripe 1,000 LF 1.20 $1,200.00 1.15 $1,150.00 1.00 $1,000.00 1.25 $1,250.00 2605 Profiled Plastic Skip Lane Line 200 LF 6.00 $1,200.00 6.00 $1,200.00 5.50 $1,100.00 6.00 $1,200.00 a 2615 * Plastic Crosswalk Line 1,800 SF 13.80 $24,840.00 13.00 $23,400.00 13.00 $23,400.00 13.00 $23,400.00 2625 * Plastic Stop Line (24 Inch Wide) 160 LF 18.00 $2,880.00 17.00 $2,720.00 17.00 $2,720.00 17.00 $2,720.00 E 2630 * Plastic Traffic Arrow 9 EA 540.00 $4,860.00 525.00 $4,725.00 504.00 $4,536.00 500.00 $4,500.00 a 2675 * Profiled Plastic Double Yellow Centerline 100 LF 12.60 $1,260.00 12.00 $1,200.00 12.00 $1,200.00 12.00 $1,200.00 N 2692 Plastic Railroad Crossing 1 EA 2,100.00 $2,100.00 2,000.00 $2,000.00 1,960.00 $1,960.00 2,000.00 $2,000.00 N 2700 * 6 Foot Diameter Traffic Loop 14 EA 1,200.00 $16,800.00 1,100.00 $15,400.00 1,120.00 $15,680.00 1,200.00 $16,800.00 2705 * Additional Lead-In Wire 100 LF 7.20 $720.00 7.00 $700.00 6.75 $675.00 7.00 $700.00 E 2710 Installation and Connections -Video Detection Camera 3 EA 24,000.00 $72,000.00 22,000.00 $66,000.00 22,400.00 $67,200.00 23,000.00 $69,000.00 a 2800 * Inlet Protection 8 EA 36.00 $288.00 75.00 $600.00 100.00 800.00 110.00 $880.00 2810 * ESC Lead 40 HR 30.00 $1,200.00 12.50 $500.00 20.00 $800.00 90.00 $3,600.00 2815 * Street Cleaning 100 HR 228.00 $22,800.00 240.00 $24,000.00 215.00 $21,500.00 230.00 $23,000.00 2827 Landscape Restoration 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 2830 * Seeding and Fertilizing by Hand 100 SY 9.00 $900.00 11.00 $1,100.00 100.00 $10,000.00 21.00 $2,100.00 2835 * Topsoil Type A 10 CY 176.00 $1,760.00 125.00 $1,250.00 100.00 $1,000.00 230.00 $2,300.00 2850 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 2855 SPCC Plan 1 LS 195.00 $195.00 700.00 $700.00 500.00 $500.00 300.00 $300.00 2900 Minor Changes 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 SCHEDULE II TOTAL $1,323,766.00 $1,353,420.00 $1,417,911.00 $1,504,059.00 Packet Pg. 91 10.A.a 2024 Pavement Preservation 1 2 3 4 Bid Opening: April 11 , 2024, 10:00 AM CPM Development Corp Lakeside Industries, Inc. Miles Resources, LLC Tucci & Sons, Inc. DBA ICON Materials 28610 MVBD Road SE, Suite 140 400 Valley Avenue NE 4224 Waller Road Disclaimer: These preliminary bid results are provided as a convenience to 1508 Valentine Avenue SE Maple Valley, WA 98038 Puyallup, WA 98372 Tacoma, WA 98443 contractors for informational purposes only and do not identify lowest Pacific, WA 98047-2103 responsible bidder. Bid review by staff and final award pending. TOTAL $4,771,296.00 $4,898,101.00 $5,100,000.00 $5,315,635.00 ITEM DESCRIPTION QTY UNIT UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL NO. PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT SCHEDULE III: 132nd AVENUE SE IMPROVEMENTS 3000 Mobilization 1 LS 105,200.00 $105,200.00 110,000.00 $110,000.00 140,000.00 $140,000.00 24,000.00 $24,000.00 3005 Clearing and Grubbing 1 LS 3,400.00 $3,400.00 19,500.00 $19,500.00 5,600.00 $5,600.00 3,600.00 $3,600.00 3 3010 * Remove Existing Asphalt Concrete Pavement 550 SY 29.00 $15,950.00 66.00 $36,300.00 67.00 $36,850.00 29.00 $15,950.00 a 3020 * Remove Cement Concrete Sidewalk 80 SY 62.00 $4,960.00 66.00 $5,280.00 67.00 $5,360.00 85.00 $6,800.00 3025 * Remove Cement Concrete Curb and Gutter 144 LF 16.00 $2,304.00 33.00 $4,752.00 11.00 $1,584.00 10.00 $1,440.00 m 0 3030 Remove Existing Extruded Curb 110 LF 16.00 $1,760.00 40.00 $4,400.00 30.00 $3,300.00 22.00 $2,420.00 3036 Remove Existing Pedestrian Curb 40 LF 16.00 $640.00 40.00 $1,600.00 32.00 $1,280.00 30.00 $1,200.00 3040 Removal of Raised Pavement Markers and Painted 1 LS 780.00 $780.00 2,200.00 $2,200.00 728.00 $728.00 3,500.00 $3,500.00 L and/or Thermoplastic Traffic Markings a 3050 * Saw Cut Existing Asphalt Concrete Pavement 2,500 LF 3.60 $9,000.00 6.00 $15,000.00 3.00 $7,500.00 5.00 $12,500.00 3055 * Saw Cut Existing Cement Concrete Pavement 50 LF 6.00 $300.00 6.00 $300.00 3.00 $150.00 7.00 $350.00 3060 * Roadway Excavation, Incl. Haul 300 CY 81.00 $24,300.00 70.00 $21,000.00 83.00 $24,900.00 122.00 $36,600.00 a 3065 * Unsuitable Foundation Excavation Incl. Haul 200 CY 68.00 $13,600.00 70.00 $14,000.00 100.00 $20,000.00 70.00 $14,000.00 0 3075 * Gravel Borrow, Including Haul and Compaction 100 TON 36.00 $3,600.00 35.00 $3,500.00 50.00 $5,000.00 57.00 $5,700.00 `4 3080 * Crushed Surfacing Top Course, 5/8 Inch Minus 600 TON 59.00 $35,400.00 50.00 $30,000.00 60.00 $36,000.00 108.00 $64,800.00 3095 * HMA Class 1/2", PG 58V-22 1,500 TON 165.00 $247,500.00 152.00 $228,000.00 145.00 $217,500.00 185.00 $277,500.00 3100 * HMA for Full Width Overlay Class 1/2", PG 58V-22 2,600 TON 130.00 $338,000.00 120.00 $312,000.00 145.00 $377,000.00 165.00 $429,000.00 M 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 10,200 SY 8.60 $87,720.00 7.00 $71,400.00 5.00 $51,000.00 5.75 $58,650.00 m 3145 * Cement Concrete Sidewalk 100 SY 95.00 $9,500.00 78.00 $7,800.00 100.00 $10,000.00 89.00 $8,900.00 3170 * Cement Concrete Sidewalk Ramp Type Parallel A 3 EA 3,000.00 $9,000.00 3,000.00 $9,000.00 2,800.00 $8,400.00 4,100.00 $12,300.00 3180 Cement Concrete Sidewalk Ramp Type Combination 3 EA 3,000.00 $9,000.00 4,300.00 $12,900.00 4,116.00 $12,348.00 4,100.00 $12,300.00 L 3205 * Cement Concrete Curb and Gutter 160 LF 66.00 $10,560.00 54.00 $8,640.00 55.00 $8,800.00 60.00 $9,600.00 a 3210 * Cement Concrete Extruded Curb Painted White 2,800 LF 34.00 $95,200.00 36.00 $100,800.00 32.00 $89,600.00 32.00 $89,600.00 3211 * Pedestrian Curb 110 LF 60.00 $6,600.00 50.00 >$5,500.00 55.00 $6,050.00 56.00 $6,160.00 3212 * Plastic Curb with Pylon 50 EA 372.00 $18,600.00 390.00 $19,500.00 350.00 $17,500.00 350.00 $17,500.00 a 3213 * Traffic Curb 15 LF 78.00 $1,170.00 52.00 $780.00 55.00 $825.00 73.00 $1,095.00Cq 0 3221 * Replace Existing Catch Basin Frame and Grate and 6 EA 1,176.00 $7,056.00 1,100.00 $6,600.00 1,800.00 $10,800.00 1,500.00 $9,000.00 Adjust to Finished Grade = 3225 * Replace Existing Manhole Circular Frame and Cover 2 EA 1,833.00 $3,666.00 1,200.00 $2,400.00 1,975.00 $3,950.00 1,500.00 $3,000.00 and Adjust to Finished Grade .2 3229 Replace Existing Manhole Rectangular Frame and 1 EA 1,833.00 $1,833.00 1,200.00 $1,200.00 2,175.00 $2,175.00 1,500.00 $1,500.00 a Cover with Circular Frame and Cover and Adjust to Finished Grade 3245 * Install New Riser for Monument Case and Cover and 11 EA 1,050.00 $11,550.00 575.00 $6,325.00 125.00 $1,375.00 1,100.00 $12,100.00 Adjust to Finished Grade 3270 * Adjust Existing Junction Box to Finished Grade 6 EA 720.00 $4,320.00 675.00 $4,050.00 672.00 $4,032.00 700.00 $4,200.00 3290 * Relocate Existing Sign 1 EA 1,200.00 $1,200.00 1,150.00 $1,150.00 560.00 $560.00 350.00 $350.00 3295 * Permanent Signing Including Post and Foundation 14 EA 1,200.00 $16,800.00 1,150.00 $16,100.00 1,050.00 $14,700.00 600.00 $8,400.00 3328 Remove Existing Tree, Greater than 20-inch Diameter 1 EA 6,000.00 $6,000.00 2,500.00 $2,500.00 5,600.00 $5,600.00 6,200.00 $6,200.00 3370 * Detectable Warning Surface 140 EA 84.00 $11,760.00 165.00 $23,100.00 100.00 $14,000.00 85.00 $11,900.00 3500 * Uniformed Off-Duty Police Officer 50 HR 187.00 $9,350.00 135.00 $6,750.00 150.00 $7,500.00 140.00 $7,000.00 3505 * Traffic Control Labor 11050 HR 77.00 $80,850.00 85.00 $89,250.00 75.00 $78,750.00 75.00 $78,750.00 3510 * Traffic Control Supervisor 370 HR 83.00 $30,710.00 105.00 $38,850.00 115.00 $42,550.00 110.00 $40,700.00 Packet Pg. 92 10.A.a 2024 Pavement Preservation 1 2 3 4 Bid Opening: April 11 , 2024, 10:00 AM CPM Development Corp Lakeside Industries, Inc. Miles Resources, LLC Tucci & Sons, Inc. DBA ICON Materials 28610 MVBD Road SE, Suite 140 400 Valley Avenue NE 4224 Waller Road Disclaimer: These preliminary bid results are provided as a convenience to 1508 Valentine Avenue SE Maple Valley, WA 98038 Puyallup, WA 98372 Tacoma, WA 98443 contractors for informational purposes only and do not identify lowest Pacific, WA 98047-2103 responsible bidder. Bid review by staff and final award pending. TOTAL $4,771,296.00 $4,898,101.00 $5,100,000.00 $5,315,635.00 ITEM DESCRIPTION QTY UNIT UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL NO. PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT 3520 Temporary Traffic Control Devices 1 LS 3,120.00 $3,120.00 5,000.00 $5,000.00 4,200.00 $4,200.00 10,000.00 $10,000.00 3530 * Portable Changeable Message Sign (PCMS) 65 DAY 60.00 $3,900.00 105.00 $6,825.00 112.00 $7,280.00 70.00 $4,550.00 3535 * Sequential Arrow Sign (SAS) 51 DAY 24.00 $1,224.00 62.00 $3,162.00 56.00 $2,856.00 30.00 $1,530.00 3 3540 * Construction Signs Class A 96 SF 22.00 $2,112.00 25.00 $2,400.00 37.00 $3,552.00 20.00 $1,920.00 a 3545 * Temporary Pavement Marking - Short Duration 12,000 LF 0.30 $3,600.00 0.50 $6,000.00 0.78 $9,360.00 0.40 $4,800.00 3580 * Raised Pavement Marker Type 2 5 HUND 1,500.00 $7,500.00 1,500.00 $7,500.00 1,400.00 $7,000.00 1,500.00 $7,500.00 m 0 3615 * Plastic Crosswalk Line 120 SF 13.80 $1,656.00 13.00 $1,560.00 13.00 $1,560.00 13.00 $1,560.00 3625 * Plastic Stop Line (24 Inch Wide) 230 LF 18.00 $4,140.00 17.00 $3,910.00 17.00 $3,910.00 17.00 $3,910.00 3630 * Plastic Traffic Arrow 8 EA 540.00 $4,320.00 525.00 $4,200.00 504.00 $4,032.00 500.00 $4,000.00 L 3635 * Profiled Plastic Wide Line 500 LF 12.60 $6,300.00 12.00 $6,000.00 12.00 $6,000.00 12.00 $6,000.00 a 3665 Junction Box 6 EA 1,440.00 $8,640.00 1,400.00 $8,400.00 1,350.00 $8,100.00 1,300.00 $7,800.00 E 3670 Conduit Pipe 2 Inch Diameter Schedule 80 PVC 210 LF 53.00 $11,130.00 22.00 $4,620.00 36.50 $7,665.00 110.00 $23,100.00 3675 * Profiled Plastic Double Yellow Centerline 3,500 LF 12.60 $44,100.00 12.00 $42,000.00 12.00 $42,000.00 12.00 $42,000.00 a 3680 * White Plastic Edge Line 7,600 LF 4.80 $36,480.00 4.60 N $34,960.00 4.50 $34,200.00 4.50 $34,200.00 c 3695 Profiled Plastic TWLTL Line 780 LF 9.00 $7,020.00 8.50 $6,630.00 8.50 $6,630.00 8.50 $6,630.00 N 3700 * 6 Foot Diameter Traffic Loop 10 EA 1,200.00 $12,000.00 1,100.00 $11,000.00 1,120.00 $11,200.00 1,200.00 $12,000.00 3705 * Additional Lead-In Wire 100 LF 7.20 $720.00 7.00 $700.00 6.75 $675.00 7.00 $700.00 3710 Installation and Connections -City-Owned Video 1 LS 3,360.00 $3,360.00 3,150.00 $3,150.00 3,200.00 $3,200.00 3,100.00 $3,100.00 M Detection Camera 3711 * Signal Standard Foundation 2 EA 7,800.00 $15,600.00 7,200.00 $14,400.00 7,280.00 $14,560.00 7,300.00 $14,600.00 m 3750 Sand for Conduit Bedding130 TON 14.00 1 820.00 60.00 7 800.00 84.00 10 920.00 28.00$ $ $ $3,640.00 3800 * Inlet Protection 16 EA 36.00 $576.00 75.00 $1,200.00 100.00 $1,600.00 110.00 $1,760.00 3805 * Wattle 650 LF 5.00 $3,250.00 5.70 $3,705.00 4.50 $2,925.00 6.00 $3,900.00 L 3810 * ESC Lead 92 HR 30.00 $2,760.00 12.50 $1,150.00 20.00 $1,840.00 90.00 $8,280.00 a 3815 * Street Cleaning 138 HR 228.00 $31,464.00 240.00 $33,120.00 215.00 $29,670.00 230.00 $31,740.00 3827 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 3830 * Seeding and Fertilizing by Hand 1,280 SY 9.00 $11,520.00 11.00 $14,080.00 100.00 $128,000.00 21.00 $26,880.00 a 3835 * Topsoil Type A 30 CY 176.00 $5,280.00 125.00 $3,750.00 100.00 $3,000.00 230.00 $6,900.00 0 3845 Existing Irrigation Systems Repair and/or Modifications 1 FA 2,000.00 $2,000.00 2,000.00 $2,000.00 2,000.00 $2,000.00 2,000.00 $2,000.00 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 3855 SPCC Plan 1 LS 195.00 $195.00 700.00 $700.00 500.00 $500.00 300.00 $300.00 .2 a SCHEDULE III TOTAL $1,494,926.00 $1,502,349.00 $1,651,702.00 $1,593,865.00 SCHEDULE IV: RRFB CURB RAMPS 4000 Mobilization 1 LS 25,250.00 $25,250.00 10,000.00 $10,000.00 28,810.00 $28,810.00 10,000.00 $10,000.00 4005 Clearing and Grubbing 1 LS 3,400.00 $3,400.00 1,500.00 $1,500.00 5,600.00 $5,600.00 3,600.00 $3,600.00 4020 * Remove Cement Concrete Sidewalk 35 SY 62.00 $2,170.00 66.00 $2,310.00 67.00 $2,345.00 85.00 $2,975.00 4025 * Remove Cement Concrete Curb and Gutter 50 LF 16.00 $800.00 33.00 $1,650.00 11.00 $550.00 10.00 $500.00 4040 * Removal of Raised Pavement Markers and Painted 1 LS 4,020.00 $4,020.00 2,200.00 $2,200.00 1,960.00 $1,960.00 3,500.00 $3,500.00 and/or Thermoplastic Traffic Markings 4050 * Saw Cut Existing Asphalt Concrete Pavement 100 LF 3.60 $360.00 6.00 $600.00 3.00 $300.00 5.00 $500.00 4055 * Saw Cut Existing Cement Concrete Pavement 50 LF 6.00 $300.00 6.00 $300.00 3.00 $150.00 7.00 $350.00 4095 * HMA Class 1/2", PG 58V-22 10 TON 165.00 $1,650.00 152.00 $1,520.00 145.00 $1,450.00 185.00 $1,850.00 Packet Pg. 93 10.A.a 2024 Pavement Preservation 1 2 3 4 Bid Opening: April 11 , 2024, 10:00 AM CPM Development Corp Lakeside Industries, Inc. Miles Resources, LLC Tucci & Sons, Inc. DBA ICON Materials 28610 MVBD Road SE, Suite 140 400 Valley Avenue NE 4224 Waller Road Disclaimer: These preliminary bid results are provided as a convenience to 1508 Valentine Avenue SE Maple Valley, WA 98038 Puyallup, WA 98372 Tacoma, WA 98443 contractors for informational purposes only and do not identify lowest Pacific, WA 98047-2103 responsible bidder. Bid review by staff and final award pending. TOTAL $4,771,296.00 $4,898,101.00 $5,100,000.00 $5,315,635.00 ITEM DESCRIPTION QTY UNIT UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL NO. PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT 4145 * Cement Concrete Sidewalk 10 SY 95.00 $950.00 78.00 $780.00 100.00 $1,000.00 89.00 $890.00 4165 * Cement Concrete Sidewalk Ramp Type Perpendicular A 1 EA 3,000.00 $3,000.00 2,400.00 $2,400.00 2,150.00 $2,150.00 4,100.00 $4,100.00 a 4170 * Cement Concrete Sidewalk Ramp Type Parallel A 2 EA 3,000.00 $6,000.00 3,000.00 $6,000.00 2,800.00 $5,600.00 4,100.00 $8,200.00 a 4205 * Cement Concrete Curb and Gutter 100 LF 66.00 $6,600.00 54.00 $5,400.00 55.00 $5,500.00 60.00 $6,000.00 4210 * Cement Concrete Extruded Curb Painted White 60 LF 34.00 $2,040.00 36.00 $2,160.00 32.00 $1,920.00 32.00 $1,920.00 @ 4211 * Pedestrian Curb 50 LF 60.00 $3,000.00 50.00 $2,500.00 55.00 $2,750.00 56.00 $2,800.00 .2 4212 * Plastic Curb with Pylon 4 EA 372.00 $1,488.00 390.00 $1,560.00 350.00 $1,400.00 350.00 $1,400.00 4230 * Replace Existing Valve Box Top Section and Lid 3 EA 1,150.00 $3,450.00 725.00 $2,175.00 1,100.00 $3,300.00 1,100.00 $3,300.00 4285 Remove Existing Sign 2 EA 1,200.00 $2,400.00 900.00 $1,800.00 560.00 $1,120.00 300.00 $600.00 a 4290 * Relocate Existing Sign 1 EA 1,200.00 $1,200.00 1,150.00 $1,150.00 560.00 $560.00 350.00 $350.00 4295 * Permanent Signing Including Post and Foundation 3 EA 1,200.00 $3,600.00 1,150.00 $3,450.00 1,050.00 $3,150.00 600.00 $1,800.00 4370 * Detectable Warning Surface 60 EA 84.00 $5,040.00 165.00 $9,900.00 100.00 $6,000.00 85.00 $5,100.00 a 4505 * Traffic Control Labor 100 HR 77.00 $7,700.00 85.00 $8,500.00 75.00 $7,500.00 75.00 $7,500.00 0 4510 * Traffic Control Supervisor 60 HR 83.00 $4,980.00 105.00 $6,300.00 115.00 $6,900.00 110.00 $6,600.00 N 4520 Temporary Traffic Control Devices 1 LS 3,120.00 $3,120.00 1,750.00 $1,750.00 4,200.00 $4,200.00 600.00 $600.00 4560 Traffic Pylon 1 EA 360.00 $360.00 350.00 $350.00 336.00 $336.00 350.00 $350.00 -- 4615 * Plastic Crosswalk Line 500 SF 13.80 $6,900.00 13.00 $6,500.00 13.00 $6,500.00 13.00 $6,500.00 � 4625 * Plastic Stop Line (24 Inch Wide) 16 LF 18.00 $288.00 17.00 $272.00 17.00 $272.00 17.00 $272.00 4711 * Signal Standard Foundation 3 EA 7,800.00 $23,400.00 7,200.00 $21,600.00 7,280.00 $21,840.00 7,300.00 $21,900.00 4800 * Inlet Protection 2 EA 36.00 $72.00 75.00 $150.00 100.00 $200.00 110.00 $220.00 ° �a s' SCHEDULE IV TOTAL $123,538.00 $104,777.00 $123,363.00 $103,677.00 L a c SCHEDULE V: TRAFFIC CONTROL ° SUMMARY: a SCHEDULE I TOTAL $1,829,066.00 $1,937,555.00 $1,907,024.00 $2,114,034.00 0 CIA SCHEDULE II TOTAL $1,323,766.00 $1,353,420.00 $1,417,911.00 $1,504,059.00 SCHEDULE III TOTAL $1,494,926.00 $1,502,349.00 $1,651,702.00 $1,593,865.00 SCHEDULE IV TOTAL $123,538.00 $104,777.00 $123,363.00 $103,677.00 CONSTRUCTION CONTRACT TOTAL $4,771,296.00 $4,898,101.00 $5,100,000.00 $5,315,635.00 a Packet Pg. 94 10.A.a 2024 Pavement Preservation Bid Opening: April 11 , 2024, 10:00 AM Engineer's Estimate Toby Hallock 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 $4,850,857.00 ITEM DESCRIPTION QTY UNIT UNIT TOTAL NO. PRICE AMOUNT SCHEDULE I: SOLID WASTE 1000 Mobilization 1 LS 166,000.00 $166,000.00 3 1005 Clearing and Grubbing 1 LS 20,000.00 $20,000.00 a 1010 * Remove Existing Asphalt Concrete Pavement 500 SY 35.00 $17,500.00 1020 * Remove Cement Concrete Sidewalk 400 SY 80.00 $32,000.00 m 1025 * Remove Cement Concrete Curb and Gutter 1,000 LF 25.00 $25,000.00 1040 Removal of Raised Pavement Markers and Painted 1 LS 10,000.00 $10,000.00 and/or Thermoplastic Traffic Markings L 1050 * Saw Cut Existing Asphalt Concrete Pavement 1,300 LF 5.00 $6,500.00 a 1055 * Saw Cut Existing Cement Concrete Pavement 250 LF 10.00 $2,500.00 1060 * Roadway Excavation, Incl. Haul 800 CY 80.00 $64,000.00 1065 * Unsuitable Foundation Excavation Incl. Haul 400 CY 80.00 $32,000.00 a 1075 * Gravel Borrow, Including Haul and Compaction 600 TON 45.00 $27,000.00 0 1080 * Crushed Surfacing Top Course, 5/8 Inch Minus 500 TON 45.00 $22,500.00 `4 1085 Quarry Spalls 50 TON 120.00 $6,000.00 1095 * HMA Class 1/2", PG 58V-22 1,200 TON 175.00 $210,000.00 1100 * HMA for Full Width Overlay Class 1/2", PG 58V-22 1,800 TON 125.00 $225,000.00 M 1105 Asphalt Cost Price Adjustment 1 CALC 10,000.00 $10,000.00 1110 * Planing Bituminous Pavement 10,000 SY 7.00 $70,000.00 m 1120 Speed Cushion 3 EA 7,000.00 $21,000.00 1122 * Raised Crosswalk 4 EA 8,000.00 $32,000.00 1124 Traffic Circle 1 EA 10,000.00 $10,000.00 L 1126 Bolt Down Rubber Speed Bump 4 EA 400.00 $1,600.00 a 1145 * Cement Concrete Sidewalk 300 SY 100.00 $30,000.00 £ 1147 Cement Concrete Pad for Hydrant 2 EA 3,000.00 $6,000.00 1170 * Cement Concrete Sidewalk Ramp Type Parallel A 15 EA 3,000.00 $45,000.00 a 1175 Cement Concrete Sidewalk Ramp Type Parallel B 2 EA 3,000.00 $6,000.00 0 1180 Cement Concrete Sidewalk Ramp Type Combination 4 EA 3,000.00 $12,000.00 1191 Cement Concrete Sidewalk Ramp Type Landing 2 EA 3,000.00 $6,000.00 1198 * Cement Concrete Trench Drain 2 EA 8,000.00 $16,000.00 1205 * Cement Concrete Curb and Gutter 900 LF 40.00 $36,000.00 a 1210 * Cement Concrete Extruded Curb Painted White 500 LF 45.00 $22,500.00 1211 * Pedestrian Curb 400 LF 40.00 $16,000.00 1212 * Plastic Curb with Pylons 18 EA 40.00 $720.00 1221 * Replace Existing Catch Basin Frame and Grate and 4 EA 1,200.00 $4,800.00 Adjust to Finished Grade 1224 Replace Existing Catch Basin Frame and Grate with 2 EA 1,200.00 $2,400.00 ADA Locking Frame and Grate 1225 * Replace Existing Manhole Circular Frame and Cover 6 EA 1,400.00 $8,400.00 and Adjust to Finished Grade 1229 Replace Existing Manhole Rectangular Frame and 1 EA 1,500.00 $1,500.00 Cover with Circular Frame and Cover and Adjust to Finished Grade 1230 * Replace Existing Valve Box Top Section and Lid 2 EA 850.00 $1,700.00 Packet Pg. 95 10.A.a 2024 Pavement Preservation Bid Opening: April 11 , 2024, 10:00 AM Engineer's Estimate Toby Hallock 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 $4,850,857.00 ITEM DESCRIPTION QTY UNIT UNIT TOTAL NO. PRICE AMOUNT 1239 Adjust Existing Cleanout to Finished Grade 1 EA 650.00 $650.00 1245 * Install New Riser for Monument Case and Cover and 2 EA 650.00 $1,300.00 Adjust to Finished Grade 3 1255 Shoring or Extra Excavation Class B 160 SF 30.00 $4,800.00 a 1270 * Adjust Existing Junction Box to Finished Grade 2 EA 800.00 $1,600.00 1295 * Permanent Signing Including Post and Foundation 16 EA 800.00 $12,800.00 1300 Gravity Block Wall 360 SF 50.00 $18,000.00 1370 * Detectable Warning Surface 40 EA 10.00 $400.00 1400 Remove Existing Storm Sewer Pipe 78 LF 30.00 $2,340.00 L 1405 Ductile Iron Storm Sewer Pipe, 18-Inch Diameter 78 LF 150.00 $11,700.00 a 1410 Pipe Zone Bedding 100 TON 40.00 $4,000.00 1420 Bank Run Gravel for Trench Backfill 200 TON 40.00 $8,000.00 1500 * Uniformed Off-Duty Police Officer 100 HR 145.00 $14,500.00 a 1505 * Traffic Control Labor 2,200 HR 75.00 $165,000.00 0 1510 * Traffic Control Supervisor 1,000 HR 110.00 $110,000.00 1520 Temporary Traffic Control Devices 1 LS 10,000.00 $10,000.00 1530 * Portable Changeable Message Sign (PCMS) 120 DAYS 110.00 $13,200.00 1535 * Sequential Arrow Sign (SAS) 60 DAYS 65.00 $3,900.00 M 1540 * Construction Signs Class A 200 SF 25.00 $5,000.00 :2 1545 * Temporary Pavement Marking - Short Duration 12,000 LF 1.00 $12,000.00 m 1580 * Raised Pavement Marker Type 2 2 HUND 650.00 $1,300.00 ° 1581 * Painted Skip Lane Line 100 LF 1.20 $120.00 1585 White Edge Line Paint Stripe 5,000 LF 1.20 $6,000.00 L 1590 * Painted White Wide Line 200 LF 1.50 $300.00 a r 1595 * Double Yellow Centerline Paint Strip 3,300 LF 2.50 $8,250.00 £ 1615 * Plastic Crosswalk Line 1,100 SF 15.00 $16,500.00 ° 1625 * Plastic Stop Line (24 Inch Wide) 200 LF 12.00 $2,400.00 cm 1630 * Plastic Traffic Arrow 11 EA 350.00 $3,850.00 0 N 1660 Painting Traffic Curb 200 LF 2.00 $400.00 1700 * Painting Traffic Curb 15 EA 1,200.00 $18,000.00 E 1705 * Additional Lead-In Wire 1,000 LF 8.00 $8,000.00 r 1710 Installation and Connections -Video Detection Camera 3 EA 8,000.00 $24,000.00 a 1800 * Inlet Protection 40 EA 80.00 $3,200.00 1805 * Wattle 500 LF 3.00 $1,500.00 1810 * ESC Lead 200 HR 80.00 $16,000.00 1815 * Street Cleaning 200 HR 200.00 $40,000.00 1827 Landscape Restoration 1 FA 10,000.00 $10,000.00 1830 * Seeding and Fertilizing by Hand 100 SY 30.00 $3,000.00 1835 * Topsoil Type A 10 CY 150.00 $1,500.00 1840 * Wood Chip Mulch 10 CY 150.00 $1,500.00 1850 Erosion/Water Pollution Control 1 FA 10,000.00 $10,000.00 1855 SPCC Plan 1 LS 500.00 $500.00 Packet Pg. 96 10.A.a 2024 Pavement Preservation Bid Opening: April 11 , 2024, 10:00 AM Engineer's Estimate Toby Hallock 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 $4,850,857.00 ITEM DESCRIPTION QTY UNIT UNIT TOTAL NO. PRICE AMOUNT 1900 Minor Changes 1 CALC 20,000.00 $20,000.00 SCHEDULE I TOTAL $1,821,130.00 3 a SCHEDULE II: STREETS-S 228TH ST&64TH AVE S, S228ST&CENTRAL AVE N, BOTH AVE S 2000 Mobilization 1 LS 119,000.00 $119,000.00 m 2005 Clearing and Grubbing 1 LS 3,000.00 $3,000.00 2010 * Remove Existing Asphalt Concrete Pavement 300 SY 35.00 $10,500.00 2020 * Remove Cement Concrete Sidewalk 300 SY 80.00 $24,000.00 L 2025 * Remove Cement Concrete Curb and Gutter 460 LF 25.00 $11,500.00 a 2040 * Removal of Raised Pavement Markers and Painted 1 LS 10,000.00 $10,000.00 and/or Thermoplastic Traffic Markings 2045 Removal of Existing In-Ground Flashers 1 LS 8,000.00 $8,000.00 a 2050 * Saw Cut Existing Asphalt Concrete Pavement 800 LF 5.00 $4,000.00 0 2055 * Saw Cut Existing Cement Concrete Pavement 160 LF 10.00 $1,600.00 `4 2060 * Roadway Excavation, Inc.. Haul 1,500 CY 80.00 $120,000.00 2065 * Unsuitable Foundation Excavation Incl. Haul 600 CY 80.00 $48,000.00 2075 * Gravel Borrow, Including Haul and Compaction 1,500 TON 45.00 $67,500.00 M 2080 * Crushed Surfacing Top Course, 5/8 Inch Minus 1,200 TON 45.00 $54,000.00 2095 * HMA Class 1/2", PG 58V-22 600 TON 175.00 $105,000.00 m 2100 * HMA for Full Width OverlayClass 1/2", PG 58V-22 700 TON 125.00 $87,500.00 2105 Asphalt Cost Price Adjustment 1 CALC 5,000.00 $5,000.00 2110 * Planing Bituminous Pavement 3,000 SY 7.00 $21,000.00 L 2122 * Raised Crosswalk 1 EA 8,000.00 $8,000.00 a 2145 * Cement Concrete Sidewalk 30 SY 100.00 $3,000.00 £ 2146 * Cement Concrete Sidewalk, Downtown Finish 30 SY 100.00 $3,000.00 2147 Cement Concrete Pad for Hydrant 1 EA 3,000.00 $3,000.00 0_ 2165 * Cement Concrete Sidewalk Ramp Type Perpendicular A 1 EA 3,000.00 $3,000.00 0 2180 * Cement Concrete Sidewalk Ramp Type Combination 8 EA 3,000.00 $24,000.00 2191 * Cement Concrete Sidewalk Ramp Type Landing 2 EA 3,000.00 $6,000.00 2195 Cement Concrete Sidewalk Ramp Type Island 3 EA 3,000.00 $9,000.00 2198 * Cement Concrete Trench Drain 4 EA 8,000.00 $32,000.00 r a 2205 * Cement Concrete Curb and Gutter 400 LF 40.00 $16,000.00 2211 * Pedestrian Curb 200 LF 40.00 $8,000.00 2212 * Plastic Curb with Pylons 12 EA 40.00 $480.00 2213 * Traffic Curb 60 LF 50.00 $3,000.00 2221 * Replace Existing Catch Basin Frame and Grate and 5 EA 1,200.00 $6,000.00 Adjust to Finished Grade 2223 Replace Existing Catch Basin Grate with ADA 1 EA 500.00 $500.00 Compliant Grate 2224 * Replace Existing Catch Basin Frame and Grate with 1 EA 1,200.00 $1,200.00 ADA Locking Frame and Grate 2225 * Replace Existing Manhole Circular Frame and Cover 13 EA 1,400.00 $18,200.00 and Adjust to Finished Grade 2230 * Replace Existing Valve Box Top Section and Lid 8 EA 850.00 $6,800.00 Packet Pg. 97 10.A.a 2024 Pavement Preservation Bid Opening: April 11 , 2024, 10:00 AM Engineer's Estimate Toby Hallock 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 $4,850,857.00 ITEM DESCRIPTION QTY UNIT UNIT TOTAL NO. PRICE AMOUNT 2245 * Install New Riser for Monument Case and Cover and 3 EA 650.00 $1,950.00 Adjust to Finished Grade 2270 Adjust Existing Junction Box to Finished Grade with 1 EA 1,500.00 $1,500.00 L ADA Lid 3 Q 2271 Remove and Replace Type 1 Junction Box 1 EA 3,000.00 $3,000.00 2272 Relocate Existing Flashing Beacon Sign and Foundation 1 EA 3,000.00 $3,000.00 m 0 2290 * Relocate Existing Sign 1 EA 500.00 $500.00 2291 Relocate Existing Planter Pot 1 EA 1,000.00 $1,000.00 N 2292 Relocate Existing Trash Can 1 EA 1,000.00 $1,000.00 a 2295 * Permanent Signing Including Post and Foundation 10 EA 800.00 $8,000.00 2402 PVC Storm Sewer Pipe, 6 Inch Diameter 11 LF 100.00 $1,100.00 E a� 2403 Prefabricated Trench Drain System 1 LS 12,000.00 $12,000.00 a 2404 Remove Existing Yard Drain 2 EA 2,000.00 $4,000.00 N 2500 * Uniformed Off-Duty Police Officer 200 HR 145.00 $29,000.00 N 2505 * Traffic Control Labor 2,100 HR 75.00 $157,500.00 C14 2510 * Traffic Control Supervisor 800 HR 110.00 $88,000.00 M 2520 Temporary Traffic Control Devices 1 LS 5,000.00 $5,000.00 2530 * Portable Changeable Message Sign (PCMS) 160 DAYS 110.00 $17,600.00 2535 * Sequential Arrow Sign (SAS) 80 DAYS 65.00 $5,200.00 m 2540 * Construction Signs Class A 500 LF 25.00 $12,500.00 0 2581 * Painted Skip Lane Line 400 SF 1.00 $400.00 2585 White Edge Line Paint Stripe 1,000 LF 1.00 $1,000.00 2605 Profiled Plastic Skip Lane Line 200 LF 5.00 $1,000.00 a 2615 * Plastic Crosswalk Line 1,800 SF 13.00 $23,400.00 2625 * Plastic Stop Line (24 Inch Wide) 160 LF 12.00 $1,920.00 E 2630 * Plastic Traffic Arrow 9 EA 350.00 $3,150.00 a 2675 * Profiled Plastic Double Yellow Centerline 100 LF 8.00 $800.00 N 2692 Plastic Railroad Crossing 1 EA 1,000.00 $1,000.00 N 2700 * 6 Foot Diameter Traffic Loop 14 EA 1,200.00 $16,800.00 2705 * Additional Lead-In Wire 100 LF 8.00 $800.00 E 2710 Installation and Connections -Video Detection Camera 3 EA 8,000.00 $24,000.00 c a 2800 * Inlet Protection 8 EA 80.00 $640.00 2810 * ESC Lead 40 HR 50.00 $2,000.00 2815 * Street Cleaning 100 HR 200.00 $20,000.00 2827 Landscape Restoration 1 FA 10,000.00 $10,000.00 2830 * Seeding and Fertilizing by Hand 100 SY 30.00 $3,000.00 2835 * Topsoil Type A 10 CY 150.00 $1,500.00 2850 Erosion/Water Pollution Control 1 FA 5,000.00 $5,000.00 2855 SPCC Plan 1 LS 500.00 $500.00 2900 Minor Changes 1 CALC 10,000.00 $10,000.00 SCHEDULE II TOTAL $1,329,540.00 Packet Pg. 98 10.A.a 2024 Pavement Preservation Bid Opening: April 11 , 2024, 10:00 AM Engineer's Estimate Toby Hallock 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 $4,850,857.00 ITEM DESCRIPTION QTY UNIT UNIT TOTAL NO. PRICE AMOUNT SCHEDULE III: 132nd AVENUE SE IMPROVEMENTS 3000 Mobilization 1 LS 119,000.00 $119,000.00 : 3005 Clearing and Grubbing 1 LS 10,000.00 $10,000.00 3 3010 * Remove Existing Asphalt Concrete Pavement 550 SY 35.00 $19,250.00 a 3020 * Remove Cement Concrete Sidewalk 80 SY 80.00 $6,400.00 3025 * Remove Cement Concrete Curb and Gutter 144 LF 25.00 $3,600.00 m 3030 Remove Existing Extruded Curb 110 LF 20.00 $2,200.00 3036 Remove Existing Pedestrian Curb 40 LF 25.00 $1,000.00 3040 Removal of Raised Pavement Markers and Painted 1 LS 10,000.00 $10,000.00 L and/or Thermoplastic Traffic Markings a r 3050 * Saw Cut Existing Asphalt Concrete Pavement 2,500 LF 5.00 $12,500.00 3055 * Saw Cut Existing Cement Concrete Pavement 50 LF 10.00 $500.00 3060 * Roadway Excavation, Incl. Haul 300 CY 80.00 $24,000.00 a 3065 * Unsuitable Foundation Excavation Incl. Haul 200 CY 80.00 $16,000.00 0 3075 * Gravel Borrow, Including Haul and Compaction 100 TON 45.00 $4,500.00 `4 3080 * Crushed Surfacing Top Course, 5/8 Inch Minus 600 TON 45.00 $27,000.00 3095 * HMA Class 1/2", PG 58V-22 1,500 TON 175.00 $262,500.00 3100 * HMA for Full Width Overlay Class 1/2", PG 58V-22 2,600 TON 125.00 $325,000.00 M 3105 Asphalt Cost Price Adjustment 1 CALC 10,000.00 $10,000.00 3110 * Planing Bituminous Pavement 10,200 SY 7.00 $71,400.00 m 3145 * Cement Concrete Sidewalk 100 SY 100.00 $10,000.00 3170 * Cement Concrete Sidewalk Ramp Type Parallel A 3 EA 3,000.00 $9,000.00 3180 Cement Concrete Sidewalk Ramp Type Combination 3 EA 3,000.00 $9,000.00 L 3205 * Cement Concrete Curb and Gutter 160 LF 40.00 $6,400.00 a 3210 * Cement Concrete Extruded Curb Painted White 2,800 LF 45.00 $126,000.00 £ 3211 * Pedestrian Curb 110 LF 40.00 $4,400.00 > a 3212 * Plastic Curb with Pylon 50 EA 40.00 $2,000.00 a 3213 * Traffic Curb 15 LF 50.00 $750.00 0 3221 * Replace Existing Catch Basin Frame and Grate and 6 EA 1,200.00 $7,200.00 N Adjust to Finished Grade = 3225 * Replace Existing Manhole Circular Frame and Cover 2 EA 1,400.00 $2,800.00 and Adjust to Finished Grade .2 3229 Replace Existing Manhole Rectangular Frame and 1 EA 1,500.00 $1,500.00 a Cover with Circular Frame and Cover and Adjust to Finished Grade 3245 * Install New Riser for Monument Case and Cover and 11 EA 650.00 $7,150.00 Adjust to Finished Grade 3270 * Adjust Existing Junction Box to Finished Grade 6 EA 800.00 $4,800.00 3290 * Relocate Existing Sign 1 EA 500.00 $500.00 3295 * Permanent Signing Including Post and Foundation 14 EA 800.00 $11,200.00 3328 Remove Existing Tree, Greater than 20-inch Diameter 1 EA 20,000.00 $20,000.00 3370 * Detectable Warning Surface 140 EA 45.00 $6,300.00 3500 * Uniformed Off-Duty Police Officer 50 HR 125.00 $6,250.00 3505 * Traffic Control Labor 11050 HR 75.00 $78,750.00 3510 * Traffic Control Supervisor 370 HR 110.00 $40,700.00 Packet Pg. 99 10.A.a 2024 Pavement Preservation Bid Opening: April 11 , 2024, 10:00 AM Engineer's Estimate Toby Hallock 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 $4,850,857.00 ITEM DESCRIPTION QTY UNIT UNIT TOTAL NO. PRICE AMOUNT 3520 Temporary Traffic Control Devices 1 LS 30,000.00 $30,000.00 3530 * Portable Changeable Message Sign (PCMS) 65 DAY 110.00 $7,150.00 3535 * Sequential Arrow Sign (SAS) 51 DAY 65.00 $3,315.00 3 3540 * Construction Signs Class A 96 SF 25.00 $2,400.00 a 3545 * Temporary Pavement Marking - Short Duration 12,000 LF 1.00 $12,000.00 3580 * Raised Pavement Marker Type 2 5 HUND 650.00 $3,250.00 m 3615 * Plastic Crosswalk Line 120 SF 15.00 $1,800.00 3625 * Plastic Stop Line (24 Inch Wide) 230 LF 12.00 $2,760.00 3630 * Plastic Traffic Arrow 8 EA 350.00 $2,800.00 L 3635 * Profiled Plastic Wide Line 500 LF 12.00 $6 000.00 a 3665 Junction Box 6 EA 1,500.00 $9,000.00 E 3670 Conduit Pipe 2 Inch Diameter Schedule 80 PVC 210 LF 35.00 $7,350.00 3675 * Profiled Plastic Double Yellow Centerline 3,500 LF 10.00 $35,000.00 a 3680 * White Plastic Edge Line 7,600 LF 10.00 $76,000.00 0 N 3695 Profiled Plastic TWLTL Line 780 LF 12.00 $9,360.00 N 3700 * 6 Foot Diameter Traffic Loop 10 EA 1,200.00 $12,000.00 M 3705 * Additional Lead-In Wire 100 LF 8.00 $800.00 3710 Installation and Connections -City-Owned Video 1 LS 4,000.00 $4,000.00 M Detection Camera 3711 * Signal Standard Foundation 2 EA 1,800.00 $3,600.00 m 3750 Sand for Conduit Bedding 130 TON 40.00 $5,200.00 3800 * Inlet Protection 16 EA 80.00 $1,280.00 3805 * Wattle 650 LF 3.00 $1,950.00 L 3810 * ESC Lead 92 HR 80.00 $7,360.00 a 3815 * Street Cleaning 138 HR 200.00 $27,600.00 £ 3827 Landscape Restoration 1 FA 5,000.00 $5,000.00 3830 * Seeding and Fertilizing by Hand 1,280 SY 30.00 $38,400.00 a 3835 * Topsoil Type A 30 CY 150.00 $4,500.00 0 3845 Existing Irrigation Systems Repair and/or Modifications 1 FA 2,000.00 $2,000.00 3850 Erosion/Water Pollution Control 1 FA 5,000.00 $5,000.00 3855 SPCC Plan 1 LS 1,500.00 $1,500.00 .2 a SCHEDULE III TOTAL $1,607,925.00 SCHEDULE IV: RRFB CURB RAMPS 4000 Mobilization 1 LS 7,000.00 $7,000.00 4005 Clearing and Grubbing 1 LS 3,000.00 $3,000.00 4020 * Remove Cement Concrete Sidewalk 35 SY 80.00 $2,800.00 4025 * Remove Cement Concrete Curb and Gutter 50 LF 25.00 $1,250.00 4040 * Removal of Raised Pavement Markers and Painted 1 LS 10,000.00 $10,000.00 and/or Thermoplastic Traffic Markings 4050 * Saw Cut Existing Asphalt Concrete Pavement 100 LF 5.00 $500.00 4055 * Saw Cut Existing Cement Concrete Pavement 50 LF 10.00 $500.00 4095 * HMA Class 1/2", PG 58V-22 10 TON 175.00 $1,750.00 Packet Pg. 100 10.A.a 2024 Pavement Preservation Bid Opening: April 11 , 2024, 10:00 AM Engineer's Estimate Toby Hallock 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 $4,850,857.00 ITEM DESCRIPTION QTY UNIT UNIT TOTAL NO. PRICE AMOUNT 4145 * Cement Concrete Sidewalk 10 SY 100.00 $1,000.00 4165 * Cement Concrete Sidewalk Ramp Type Perpendicular A 1 EA 3,000.00 $3,000.00 L 4170 * Cement Concrete Sidewalk Ramp Type Parallel A 2 EA 3,000.00 $6,000.00 a 4205 * Cement Concrete Curb and Gutter 100 LF 40.00 $4,000.00 4210 * Cement Concrete Extruded Curb Painted White 60 LF 45.00 $2,700.00 @ 4211 * Pedestrian Curb 50 LF 40.00 $2,000.00 4212 * Plastic Curb with Pylon 4 EA 40.00 $160.00 4230 * Replace Existing Valve Box Top Section and Lid 3 EA 850.00 $2,550.00 L 4285 Remove Existing Sign 2 EA 500.00 $1,000.00 a 4290 * Relocate Existing Sign 1 EA 500.00 $500.00 4295 * Permanent Signing Including Post and Foundation 3 EA 800.00 $2,400.00 4370 * Detectable Warning Surface 60 EA 45.00 $2,700.00 a 4505 * Traffic Control Labor 100 HR 75.00 $7,500.00 0 4510 * Traffic Control Supervisor 60 HR 110.00 $6,600.00 `14 4520 Temporary Traffic Control Devices 1 LS 10,000.00 $10,000.00 4560 Traffic Pylon 1 EA 100.00 $100.00 4615 * Plastic Crosswalk Line 500 SF 15.00 $7,500.00 4625 * Plastic Stop Line (24 Inch Wide) 16 LF 12.00 $192.00 4711 * Signal Standard Foundation 3 EA 1,800.00 $5,400.00 4800 * Inlet Protection 2 EA 80.00 $160.00 s' a) SCHEDULE IV TOTAL $92,262.00 L a c SCHEDULE V: TRAFFIC CONTROL E a� SUMMARY: a v SCHEDULE I TOTAL $1,821,130.00 c SCHEDULE II TOTAL $1,329,540.00 SCHEDULE III TOTAL $1,607,925.00 E SCHEDULE IV TOTAL $92,262.00 �a CONSTRUCTION CONTRACT TOTAL $4,850,857.00 a Packet Pg. 101 10.B 1�# KENT DATE: April 16, 2024 TO: Kent City Council SUBJECT: 2024 Asphalt Grinding Bid - Award MOTION: I move to award the 2024 Asphalt Grinding Project to Statewide Parking Lot Service, Inc. in the amount of $107,205 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 includes planing asphalt pavement to prepare the surface for overlay. Asphalt overlay work will be performed by the City's street crews. The bid opening for the 2024 Asphalt Grinding Project was held on April 9, 2024, with three bids received. The lowest responsible and responsive bid was submitted by Statewide Parking Lot Service, Inc. in the amount of $107,205. Bid Tab Summary 01. Statewide Parking Lot Service, Inc. $107,205.00 02. Puget Paving & Construction, Inc. $118,750.00 03. Asphalt Patch Systems, Inc. $142,500.00 Engineer's Estimate $165,000.00 BUDGET IMPACT: Work is budgeted out of the Street Fund. SUPPORTS STRATEGIC PLAN GOAL: Evolving Infrastructure - Connecting people and places through strategic investments in physical and technological infrastructure. ATTACHMENTS: 1. 2024 Asphalt Grinding Bid Tab (PDF) Packet Pg. 102 10.B.a 2024 Asphalt Grinding 1 2 3 Bid Opening: April 9, 2024, 10:00 AM Statewide Parking Lot Services Puget Paving & Construction, Inc. Asphalt Patch Systems, Inc.. Engineer's Estimate 33920 211th Place SE 10910 26th Avenue S 8812 Canyon Road E Joe Araucto Disclaimer: These preliminary bid results are provided as a convenience to Auburn, WA 98092 Lakewood, WA 98499 Puyallup, WA 98371 contractors for informational purposes only and do not identify lowest responsible bidder. Bid review by staff and final award pending. TOTAL $107,250.00 $118,750.00 $142,500.00 $165,000.00 ITEM DESCRIPTION QTY UNIT UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL NO. PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT SCHEDULE I: SOLID WASTE UTILITY FUNDING 1000 Mobilization (Schedule I) 1 LS 2,000.00 $2,000.00 3,600.00 $3,600.00 4,000.00 $4,000.00 10,000.00 $10,000.00 1005 * Planing Bituminous Pavement 8 HD 3,250.00 $26,000.00 3,500.00 $28,000.00 4,400.00 $35,200.00 5,000.00 $40,000.00 1010 Minor Changes (Schedule I) 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 3 a SCHEDULE I TOTAL $38,000.00 $41,600.00 $49,200.00 $60,000.00 ao SCHEDULE II: B&O FUNDING a 2000 Mobilization (Schedule II) 1 LS 4,000.00 $4,000.00 7,650.00 $7,650.00 8,500.00 $8,500.00 10,000.00 $10,000.00 2005 * Planing Bituminous Pavement 17 HD 3,250.00 $55,250.00 3,500.00 $59,500.00 4,400.00 $74,800.00 5,000.00 $85,000.00 2010 Minor Changes (Schedule II) 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 C a SCHEDULE II TOTAL $69,250.00 $77,150.00 $93,300.00 $105,000.00 0 N SUMMARY: SCHEDULE I TOTAL $38,000.00 $41,600.00 $49,200.00 $60,000.00 SCHEDULE II TOTAL $69,250.00 $77,150.00 $93,300.00 $105,000.00 M 'm CONSTRUCTION CONTRACT TOTAL $107,250.00 $118,750.00 $142,500.00 $165,000.00 = •L c� a N Q N O N C d E t C� M Q Packet Pg. 103