Loading...
HomeMy WebLinkAboutCAG2024-218 - Original - EarthCorps - 2024 Mill Creek Canyon Washout Repair - 05/07/2024 FOR CITY OF KENT OFFICIAL USE ONLY Sup/Mgr: TJ Agreement Routing Form Dir Asst: IRL • For Approvals,Signatures and Records Management Dir/Dep: 1BL KENT This form combines&replaces the Request for Mayor's Signature and Contract Cover Sheet forms. (optional) W A S H I N G T O N (Print on pink or cherry colored paper) Originator: Department: KateLynn Jennings for Bryan Higgins Parks, Recreation &Community Services Date Sent: Date Required: > 4/22/2024 5/6/2024 0 QAuthorized to Sign: Date of Council Approval: Q Director or DesigneeV Mayor 4/16/2024 Budqet Account Number: Grant?[--]Yes ZNo P21036 Budget?V]Yes[7]No Type: N/A Vendor Name: Category: EarthCorp Contract Vendor Number: Sub-Category: 57252 Original 0 2024- Mill Creek Canyon Washout Repair Project Name: E i 0 Repair washout on main trail of Mill Creek Canyon Park C Project Details: C Agreement Am $269,939.02 Basis for Selection of Contracto=Other *Memo to Mayor must be attached i Start Date: May 2024 Termination Date: 1 2/3 1/2024 Q Local Business?r7 Yes 17No* If meets requirements per KCC3.70.100,pleosecomplete"VendorPurchase-Locol Exceptions"form onCityspace. Business License Verification:171 Yes Oln-Process ElExempt(KCC 5.01.045) Notice required prior to disclosure? Contract Number: 1r7Yes 17No CAG2024-218 Comments: CM 3 4J fi� GJ H •> i GJ 3 DC +, Date Received by City Attorney: 4/29/24 fa C Im Date Routed to the Mayor's Office: 5/3/24 V1 Date Routed to the City Clerk's Office: 5/7/24 aaccW22373_1_20 Visit Documents.KentWA.gov to obtain copies of all agreements rev.200821 • KENT WASH IN G T O N AGREEMENT FOR PARK TRAIL RESTORATION SERVICES between City of Kent and EarthCorps THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (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"). AGREEMENT The parties agree as follows: I. DESCRIPTION OF WORK. The Contractor shall perform the following services for the City in accordance with the following described plans and/or specifications: As described in the attached exhibit A, incorporated herein, contractor shall complete washout repair on the main trail within Mill Creek Canyon Park. The Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time such services are performed. This Agreement is being 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. Contractor represents and affirms that the work it is performing under this Agreement meets the exceptions provided for by RCW 35.21.278 and RCW 79A.35.130. 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 of this Agreement, all physical work shall thereafter be completed by 12/31/2024. The term of this Agreement shall continue until all work has been completed, final acceptance has occurred, and all Contractor obligations have been fulfilled. III. COMPENSATION. 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 written authorization of the City in the form of a negotiated and executed amendment to this Agreement. 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) 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 to payment by check and is available for the convenience of the Contractor. If the Contractor voluntarily participates in this Program, the Contractor will be solely responsible for any fees imposed by financial institutions or credit card companies. The Contractor shall not charge those fees back to the City. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Contractor maintains and pays for its own place of business from which the Contractor's services under this Agreement will be performed. C. The Contractor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained the Contractor's services and is a service other than that furnished by the City, or the Contractor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Contractor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Contractor has registered 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 obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Contractor has a valid contractor registration pursuant to Ch. 18.27 RCW or an electrical contractor license pursuant to Ch. 19.28 RCW. G. The Contractor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. After termination, the City may take possession of all records and data within the 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. 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 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 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) 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. The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by the Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VII. FORCE MAJEURE. Neither party shall be liable to the other for breach due to delay or failure in performance resulting from acts of God, acts of war or of the public enemy, riots, pandemic, fire, flood, or other natural disaster or acts of government ("force majeure event"). Performance that is prevented or delayed due to a force majeure event shall not result in liability to the delayed party. Both parties represent to the other that at the time of signing this Agreement, they are able to perform as required and their performance will not be prevented, hindered, or delayed by the current COVID-19 pandemic, any existing state or national declarations of emergency, or any current social distancing restrictions or personal protective equipment requirements that may be required under federal, state, or local law in response to the current pandemic. If any future performance is prevented or delayed by a force majeure event, the party whose performance is prevented or delayed shall promptly notify the other party of the existence and nature of the force majeure event causing the prevention or delay in performance. Any excuse from liability shall be effective only to the extent and duration of the force majeure event causing the prevention or delay in performance and, provided, that the party prevented or delayed has not caused such event to occur and continues to use diligent, good faith efforts to avoid the effects of such event and to perform the obligation. Notwithstanding other provisions of this section, the Contractor shall not be entitled to, and the City shall not be liable for, the payment of any part of the contract price during a force majeure event, or any costs, losses, expenses, damages, or delay costs incurred by the Contractor due to a force majeure event. Performance that is more costly due to a force majeure event is not included within the scope of this Force Majeure provision. If a force majeure event occurs, the City may direct the Contractor to restart any work or performance that may have ceased, to change the work, or to take other action to secure the work or the project site during the force majeure event. The cost to restart, change, or secure the work or project site arising from a direction by the City under this clause will be dealt with as a change order, except to the extent that the loss or damage has been caused or exacerbated by the failure of the Contractor to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Contractor. 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 determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items 1 through 5 below. AGREEMENT FOR PARK TRAIL RESTORATION SERVICES - 3 (City of Kent and EarthCorps - Mill Creek Canyon Park Trail) FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. B. Records. The Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Contractor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). IX. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. X. WARRANTY. Upon acceptance of the contract work, the Contractor must provide the City a 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 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 shall extend for one (1) year from the date such correction is completed and accepted by the City. The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. XI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Contractor, its sub-contractors, or any person acting on behalf of the Contractor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. AGREEMENT FOR PARK TRAIL RESTORATION SERVICES - 4 (City of Kent and EarthCorps - Mill Creek Canyon Park Trail) 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 negligence. The City's inspection or acceptance of any of the Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this Agreement. XIII. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. 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 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. XV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XII of this Agreement. AGREEMENT FOR PARK TRAIL RESTORATION SERVICES - 5 (City of Kent and EarthCorps - Mill Creek Canyon Park Trail) D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and the Contractor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to the Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Contractor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Contractor in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Contractor agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section I, the Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. AGREEMENT FOR PARK TRAIL RESTORATION SERVICES - 6 (City of Kent and EarthCorps - Mill Creek Canyon Park Trail) IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. CONTRACTOR: CITY OF KENT: W Uii A#aofe � By:Evlyn An rade(Apr26,202413:08 PDT) By:t./a-e\-Qf Print Name: Evlyn Andrade Print Name: Dana Ralph Its Executive Director Its Mayor DATE:4/26/23 DATE: 05/07/2024 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Attn: Whitney Bowman Attn: Bryan Higgins EarthCorps City of Kent Parks, Recreation, 6310 NE 74th Street, Suite 201E and Community Services Department Seattle, WA 98115 220 Fourth Avenue South Kent, WA 98032 (206) 322-9296 (telephone) whitney@earthcorps.org (email) (253) 856-5113 (telephone) bhiggins@kentwa.gov (email) ATTEST: APPROVED AS TO FORM: jn-� Kent City Clerk Kent Law Department AGREEMENT FOR PARK TRAIL RESTORATION SERVICES - 7 (City of Kent and EarthCorps - Mill Creek Canyon Park Trail) DECLARATION CITY OF KENT NON-DISCRIMINATION POLICY The City of Kent (City) is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors, consultants, vendors, and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The City of Kent and its contractors are subject to and will comply with the following: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); • 49 C.F.R. Part 21 (entitled Non-discrimination In Federally-Assisted Programs Of The Department Of Transportation-Effectuation Of Title VI Of The Civil Rights Act Of 1964); • 28 C.F.R. section 50.3 (U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil Rights Act of 1964). • Ch. 49.60 RCW (Washington Law Against Discrimination) The preceding statutory and regulatory cites hereinafter are referred to as "the Acts and Regulations". The following statements specifically identify the requirements the City deems necessary for any contractor, subcontractor, or supplier on this specific Agreement to adhere to. An affirmation of all of the following is required for this Agreement to be valid and binding. If any contractor, subcontractor, or supplier willfully misrepresents themselves with regard to the directives outlined below, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement. The statements are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement I, the prime contractor, will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: EEO COMPLIANCE DOCUMENTS - 1 A. Compliance with Regulations: The contractor, subcontractor, consultant, vendor, and supplier (hereinafter "Contractor") will comply with all Acts and the Regulations relative to non-discrimination, including those applicable to Federally- assisted programs of the U.S. Department of Transportation, State-assisted programs through the Washington State Department of Transportation, and generally under Washington's Law Against Discrimination, Ch. 49.60 RCW, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. B. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. C. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Acts and the Regulations relative to non-discrimination on the grounds of race, color, or national origin. D. Information and Reports: The contractor will provide all information and reports required by the Acts and Regulations and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined applicable to contractor's contract by the City or the Washington State Department of Transportation to be pertinent to ascertain compliance with such Acts and Regulations and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the City or the Washington State Department of Transportation, as appropriate, and will set forth what efforts it has made to obtain the information. E. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the non-discrimination provisions of this contract, the City will impose such contract sanctions as it or the Washington State Department of Transportation may determine to be appropriate, including, but not limited to: a. withholding payments to the contractor under the contract until the contractor complies; and/or b. cancelling, terminating, or suspending a contract, in whole or in part. F. Incorporation of Provisions: The contractor will include the provisions of paragraphs (A) through (F) above in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts and Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the City or the Washington State Department of Transportation may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such EEO COMPLIANCE DOCUMENTS - 2 direction, the contractor may request the City to enter into any litigation to protect the interests of the City. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. 6. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: Pertinent Non-Discrimination Authorities: i. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. ii. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); iii. Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); iv. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; V. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); vi. Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); vii. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); viii. Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; ix. The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); X. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures Non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; 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 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). xiii. Washington Law Against Discrimination (Ch. 49.60 RCW) 7. The submission of the final invoice for this contract will constitute a reaffirmation that the preceding statements were complied with during the course of the contract's performance. By signing below, I agree to fulfill the five requirements referenced above. W Viy MoOw(e By: Fvl�/n An rade r 96, 2094 1 -08 PDT) For: EarthCorps Title: Executive Director Date: 4/26/23 EEO COMPLIANCE DOCUMENTS - 4 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: October 20, 2022 SUBJECT: INCLUSIVE CONTRACTING SUPERSEDES: January 1, 1998 APPROVED BY Dana Ralph, Mayor POLICY: Equal employment opportunity and non-discrimination in contracting requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants, and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Further, all contractors, subcontractors, consultants, suppliers, grantees, or subgrantees of the City, regardless of the value of the Agreement, are required to sign the City's Non-Discrimination Policy Declaration, prior to commencing performance. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to coordinate with the City's Title VI coordinator, and perform the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 5 Exhibit A Scope of Work: Mill Creek Canyon Washout Repair F' LOCAL RESTORATION EARTH COR PS ) GLOBAL LEADERSHIP Prepared for: Bryan Higgins Parks Planning and Development 220 Fourth Ave South Kent, WA 98032 Tel: 253-856-5113 Email: BHiggins@kentwa.gov February 13th 2023 EarthCorps 6310 NE 74th St, Suite 201E Seattle, WA 98115 www.earthcorps.org EarthCorps © 2023 All rights reserved 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 lower canyon from the upper canyon. During the 2022-2023 EarthCorps, the City of Kent and Geotechnical Engineers collaborated to design a repair structure to reconnect the main trail. Our priority goal for the 2024 season will be to install a trail retaining wall to reconnect the main trail. Following sustainable trail design principle and in collaboration with Geotechnical 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. Tasks The following list of tasks and features have been prioritized (1-3) based on safety and resource damage. This list is subject to change based on new findings during work implementation. Each feature is associated with a point, which can be found on the Arc GIS online map. https://earthcop2s.maps.arc�4is.com/gpps/mapviewer/index.html?webmap=cOfO8f8259c54200839 ed67640cf2c60 Rankings: 1 = High Priority (Safety hazard and/or high resource damage) 2 = Priority (No safety hazard but considerable resource damage) 3 = Low priority (Not an immediate concern, but could cause a safety hazard or resource damage in the future) Feature Priority Ranking Washout Repair 1 General Tread maintenance 3 Brushing 3 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. • Basic hand tools along with access to power tools (mechanical wheel barrows, saws etc.) • Personal Protective Equipment and procedures for the use of tools • Safety signage and personnel when actively working on the trail. • Training and education in trail construction and design, leadership and community communication. • Workers' compensation, health insurance, and related taxes. • Washington Labor & Industries documentation • Administrative/ payroll and human resource services. Agency will provide the following: • Access to the site • Any necessary permits to perform work SCHEDULE Task Month Notes Task 1: Washout Repair July, August, September, Exact dates will be provided October once finalized. 48 Crew days 5 Contingency crew days Task 2: General trail September, October maintenance BUDGET Crew Labor $ 112,625.00 Project Management $ 43,875.00 Staff Labor $ 9,775.00 Field Specialist $ 38,720.00 Materials $ 36,528.38 Subtotal $ 241,523.38 Materials&Handling Fee(101/1c of Total Materials) $ 3,652.84 TOTAL FEE $ 245,176.22 Sales Tax: 10.11/11D Location Code: 1715 $ 24.762.80 TOTAL PAYABLE Is 269,939.02 Scope of work: Mill Creek Washout Repair Fee Schedule: Crew day including crew leader- $2,125.00/day An EarthCorps Crew Day is a 9-hour day that includes load, unload, and transportation time to and from the worksite and tools needed to complete project tasks. In addition, crews are trained in trail construction and maintenance, erosion control and prevention, ecological 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 trained in specialized equipment and vehicle use, such as three-ton dump trucks. Project Manager- $135/hr An EarthCorps Project manager collaborate with agency partners to design ecological restoration and 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 project status reports. Lastly, they adaptively manage projects to ensure the project's goals and objects meet the agency partner's satisfaction. Project Manager Field Services - $100/hr In the event that specialized skills or certification are needed, project managers can offer field services to meet those needs. Examples of specialized skills are complex chainsaw work such as log outs or felling. 3-ton truck and 4 x 4 pickup truck fee- $100/day— billed upon use as needed Material cost, disposal fees and equipment rentals— billed upon receipt 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 intensive program for young adults from the US and 80 other countries to learn best practices in ecological restoration, trail construction and maintenance and develop their leadership skills through hands on experiences. Global Leadership Based in Seattle, Washington, EarthCorps brings together emerging environmental leaders from 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 construction techniques, try out project design and management, develop leadership and team-building skills, and help manage thousands of local volunteers on projects. EARTHCORPS PROJECT LEAD: Whitney Bowman, Field Operations Manager Tel: (206) 322-9296 ext. 221 Cell: (206) 701-6195 Email: whitney@earthcorps.org EarthCorps Project Managers: Sean Day Cell: 523-3248139 Email: Sean@earthcorps.org Christyn Riehl Cell: 206-485-3028 Email: christen@earthcorps.org ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■I■■■■■■■■■■■■I MEN■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■SEEM■■■■■■I ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■I I■■■■■■■■■■■MOM■■■■ ■■■■■■■■■I ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■�■■■■■■■■■■■■■a■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■IIIIII■■S■■■■•`■■■ IIII■■■■■■■■■■-■■■■■■■i■■i■■=�'lIII■■moI`■■■l■r l■n,■■`i I■■■■■■■� P■■I' I■I ll■I■■■■■■■■■■■■■■■■■■■■■■■■■■■■■o■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ Imommm ���������iI1II■■■•■■■�■■■■■■■MOM i�■■■■■■■■■■mo■■■■i■■l■■■■momomomo■ ■■ ■■G1 I■■■■■■■■ ■ ■■■ ■■■■■ ■ ■■ ■■ ■ ■ ■■■■■■■ ■■■ ■■■l■■■■■■llll■■■■■■ii■■■■■■■■llll■■■■■ii■■■■■■■■■■■■ 1 ■■■■■■■■■■■■■■■■■■■■■ ■■■ ■■ I mom ■ ■ ■ ■ ■■■■■W1MMMM■■■ ■■■■ ■■■ mom ■ ■ ON ■■■■■ ■■■■■IE■■■■■■■■■■■■■■■ ■■■■■■I ■ ■■ ■ ■■■■■■■ ■ ■ ■ ■ ■ ■ ■ ■mo■■■ ■ mo ■ ■■■■■■ mom ■■■■■■■■■ ■l■■� !■■ ■■■■ ■■■■ ■■■ ■■ ■■■ ■■ ■ ■ ■■■ ■■■■■■■ ■■E ■■■ ■ ■ ■ ■■■■■■■■ ■■■■■■■■■■■■ ■■EI ■■■■■■■■■■ ■■■ ■■■■■■■■ ■■■■E■ ■■ ON ■ ■ ■■■ ■■■■■■■■■■■■ ■■■■■■■■■■■ ■ ■■■■ l■■■ ■■ ■ ■■■■■�1■■■■■■ ■■■■■■■■■■■■ I ■■■■ ■■■ ■■■■■■■■■■■ ■■ ■■■■�I■■■■ ■■ I ■■ ■ ■■■■■■■■■ ■ ■■/ ■■■■■■■■■■ ■■ ■ ■■■ ■■ ■■■■ ■■ ■ ■■ .■■■ ■■ ■ ■ ■ ■ ■■■■■■■■■1IIIIII ■■ ■■■■■ ■■■■■■■■■I ■■ ■■■■■■■■■■■ ■■ ■ ■ ■mom ■■■■■■ ■ ■■ ■■, ■■■■■■■ ■ ■ ■ ■ ■mom ■I ■■■■■ ■ ■ iIIIIIIIIIIII ilk moll■I ■■■■■■■■■■■■■■■■■■Gr■■■■■■■■■■■■■ / ■■■■■■■■■■■■■■■■■■ ■I ■■■■■■■■■■■■■■■■■■E]■■■■■■■■■■■■■ moll ■■■■■■■■■■■■■■■■■■ , ■I ■■■■■■■■■■■■■■■■■■N►l■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ ■I ■■■■■■■■■■■■■■■■■moll■■■■■■■■■■■/ moll■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ .� ■I ■■■■■■■■■■■■■■■■■■E17■■■■■■■■ ■■■■■■■■■■■■■■■■■■MEN■■■■■■■MEN■■■■■ �I ■■■■■■■■■■■■■■■■■■E]■■■■■■■■0 ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■� ■i ■■■■■■■■■■■■■■■■■■f3■■■■■■■■� ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■�I ■■I ■■■■■■■■■■■■■■■■■■Ifs■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■�I■ ■■■■■■■■■■■■■■■■■■lii■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■�I■ ■■■■■■■■■■■■■■■■■■Ira■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■�I■ i ■■■■■■■■■■■■■■■■■■E7■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■�I■ • ■■■■■■■■■■■■■■■■■■[]■■■■■■■■■■■ „ moll■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■f•a■■■■■■■■■■■ „ moll■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■e■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ • ■■■■■■■■■■■■■■■■■■C7■■■■■■■■■■■ • moll■■■■■■■■■■■■1�■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ ' NONE■■■■■■■■■r�u�,■■■■■NONE■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■1■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ I I■■■■■■■■■■■ ME no ■■■■■■■■■■■■■■■■■■■l■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■I I■■■■■■■■■■■�I■■■■ ■■■■I ■■■■■■■■■■■■■■■■■■■l■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■I ME mom moll■I ■■■■■■■■■■■■■■■■■■■l■■■■■■■_■_■■■■■■■■■■■■■■■■■■■■■■I . I■■■■■■■■■■■■I■■■■ moll■I mmom1 ,���������������������I , I������������I� �00■■■■r----,moll■■ ■moll I■■■■■■■■■■■■loom■■■■■I I■■■■■■■■■■■� moll■I I■■■■■ moll, I■■■■■■■■■■■■■■■■■■■■■I I I■■■■■■■■■■■ G■■I ■■■■I I■■■■■I moll, I■■■■■■■■■■■■■■■■■■■■■I I I■■■■■■■■■■■ ■■I ■■■■I I■■■■■I■ moll, I■■■■■■■■■■■■■■■■■■■■■I I I■■■■■■■■■■■ ■■I moll■I • I■■■■■I■ I■■■■■■■■■■■■■■■■■■■■■I I I■■■■■■■■■■■ ..■■I moll■I I■■■■■I I■■■■■■■■■■■■■■■■■■■■■I I I■■■■■■■■■■■ ■■I moll■I I■■■■■I � I■■■■■■■■■■■■■■■■■■■■■I I■■■■■■■■■■■ I��I moll■I • I■■■■■ � I■E■■■■■■■■■■■■■■■■■■■I I■■■■■■■■■■■ i■■■■■wi■a■■i ■■■■I I■■■■■I■ a" � I■■■■■■■■■■■■■■■■■■■■■I I■■■■■■■■■■■■I■■■■■■II■■■■■I ■■■■I I■■■E■I■■l 1 I■■■■■■■■■■■■■■■■■■■ I■■■■■■■■■■■■I■■■■■■II■■■■■I moll■I . � I■■■■■I■■� � � � I■■■■■■■■■■■■■■■■■■■ � I■■■■■■■■■■■■I■■■■■■II■■■■■I moll■I , I■■■■■I■■1 IE■■■■■■■■■■■■■■■■■■ I■■■■■■■■■■■■I■■■■■■II■■■■■I ■■■■I I■■■■■IMM EI■■■■■■■■■■■■■■■■■ I■■■■■■■■■■■�I■■■■■■II■■■■■I moll■I • I■■■■■�'� ` ■E■■■■■■■r- I■■■■■■■■■■■�I■■■■■■II■■■■■I moll■I I■■■■■ j ■■■■■■■■■I • ■■■■■■■■■�I■■■■■■II■■■■■I ■■■■I I ■ ' ■■■■moll■■I ■■■■■■■■■�I■■■■■■II■■■■■I ■■■■I . I ! I ' ■■■mill■■I • I ■■■■■■■■■■I■■■■■■II■■■■■I ■■■■I • I ■■■■■■■■■I ` d ✓ ■■■■■■■■■■I■■■■■■II■■■■■I moll■I . I I ■■■■■■■■■I ■ —:�Ih � ■■■■■■■■■■■■■■■■II■■■■■I moll■I I , ■■■■■■■■■I • �� � ■■■■■■■■■■I■■■■■■II■■■■■I ■■■■■ NONE■■■■■I • 1� ■■M■■■■■■■I■■■■■■II■■■■■I ■■■■■ MEMO....■I . i` ■■■■■■.■■.I......11.....1 moll■■■ ■■■moll■■■I ' • l \ �' ■■■■■■■■■■■■■■■■II■■■■■I ■■■■■■■■■■ _ _ ■■■moll■■■I - lam.` ■■■■■■■■■■■�I■■■■■■II■■■■■I moll■■■ ■■■■■■■■■V ■ �► I■■■■■■■■■■■�I■■■■■■II■■■■■I moll■■■ r ■■■■■■■■■■ ■ ` 1■■■■■■■■■■■■I■■■■■■II■■■■■I moll �I►\■■■■■■ ■■■■■■■■■■ ■■■ \���� 1■■■■■■■■■■■■■■■■■■II■■■■■I •' ■ ■r■■■■■■■1 ■■■■■■■■■■■ • moll i ■ 1■■■■■■■■■■■■I■■■■■■II■■■■■I ' ■ ■■I■■■■■■■1 I■■■■■■■■■■■ ' s��1�■I J■■ 1■■■■■■■■■■■�I■■■■■■II■■■■■I ■■!; �i■■I ■■■■■■■■■■■■■■■■■■■ moll■■I 1■■ I■■■■■■■■■■■�I■■■■■■II■■■■■I ■!�i •�■■■ ■■E■■■■■■■■■■■■■■■ • moll■■I J■■ I■■■■■■■■■■■■I■■■■■■II■■■■■I ■■■It■■■■■■11 _J■■■■ ■■■■■■■■■■■■■■■■■■ •� I ■■I I■■■■r■�■■■■■■■■■■■■�I■■■■■■II■■■■■I ■■■It■■■■■■1 I■■■ • ■■■■■■■■■■■■■■■■■ • ■■I ■■■■■■■■■■■■■■■■■■�I■■■■■■II■■■■■I moo■It■■■■■IILJ■■■ ' ■■■■■■■■■■■■■■■■■ ' ■■I ■■■■■■■■■■■■■■■■■,I■■■■■■II■■■■■I oNNioOO000 F1N ■■ , ■■■■■■■■■■■■■■■■ ■■■■■\ ■■■■■■■■■■■■■■■■■�I■■■■■■II■■moo ■■■■■■■■■■■mom■■■ ■■■■■■mmo■■■■■■■■■■■■■■■■■■�I■■■■■■II■■■■■I moll■ . ■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■�I■■■■■■II■■■■■I moll■ ■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■�I■■■■■■II■■■■■I moll■ . ■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■�I■■■■■■II■■■■■I •__________moll■ • ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■�I■■■■■■II■■■■■I ■■■■■■■■■■■■■■■ • •. ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■llmmmm■■IIlEi■■I ■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■�I■i■■■■II■Eli'■111 Exhibit B Insurance Requirements Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees, or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 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, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 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 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. 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 form CA 00 01, or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. Workers' Compensation coverage for the employees of Contractor and subcontractors as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: Commercial General Liability insurance shall be written with limits no less than $1,000,000 per occurrence, $2,000,000 general aggregate, and $2,000,000 products-completed operations aggregate limit. Primary Non-Contributory Additional Insured coverage for the City of Kent, et. al. Stop Gap Liability - $1,000,000/$1,000,000/$1,000,000 Waiver of Subrogation Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per occurrence. If the Contractor maintains broader coverage and/or higher limits than the minimums shown above, the City requires and shall be entitled to the 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 limits may be obtained with excess liability (umbrella) insurance. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions: 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 contribute to the Contractor's insurance policies. 2. Contractor's insurer must deliver, or mail written notice of cancellation to the named insured at least forty-five (45) days before the effective date of the cancellation. The Contractor's insurance policy shall include an endorsement that provides the 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 any cancellation, nonrenewal or termination within two (2) business days of their receipt of such notice. 3. The City of Kent shall be named as an additional insured on all 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 right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claims are made or suit is brought, except with respect to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. 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 Primary Non-Contributory Additional Insured. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverage for subcontractors shall be subject to all the same insurance requirements as stated herein for the Contractor. 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 ORALTER 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 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). PRODUCER COMPANIES AFFORDING COVERAGE Clear Risk Solutions GENERAL LIABILITY 451 Diamond Drive American Alternative Insurance Corporation,et al. Ephrata,WA 98823 AUTOMOBILE LIABILITY American Alternative Insurance Corporation,et al. INSURED PROPERTY American Alternative Insurance Corporation,et al. Earthcorps MISCELLANEOUS PROFESSIONAL LIABILITY 6310 ONE 74th Street,Suite 201 E Princeton Excess and Surplus Lines Insurance Company Seattle,WA 98115 COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE COVERAGE PERIOD 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. TYPE OF INSURANCE POLICY NUMBER POLICY EFF POLICY EXP DESCRIPTION LIMITS DATE DATE GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY N1-A2-RL-0000013-13 6/1/2023 6/1/2024 PER OCCURRENCE $5,000,000 OCCURRENCE FORM PER MEMBER AGGREGATE $10,000,000 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 AUTOMOBILE LIABILITY ANY AUTO N1-A2-RL-0000013-13 6/1/2023 6/1/2024 COMBINED SINGLE LIMIT $5,000,000 (LIABILITY IS SUBJECT TO A$250,000 SIR PAYABLE FROM PROGRAM FUNDS) ANNUAL POOL AGGREGATE NONE PROPERTY 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 FLOOD PER OCC $1,000,000 (PROPERTY IS SUBJECT TO A$250,000 SIR PAYABLE FROM PROGRAM FUNDS) ANNUAL POOL AGGREGATE NONE MISCELLANEOUS PROFESSIONAL LIABILITY N1-A3-RL-0000060-13 6/1/2023 6/1/2024 PER CLAIM $5,000,000 (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 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. CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. CERTIFICATE HOLDER AUTHORIZED REPRESENTATIVE City of Kent 220 4th Ave S Kent,WA 98032 AMERICAN ALTERNATIVE INSURANCE COMPANY ADDITIONAL INSURED- DESIGNATED PERSON OR ORGANIZATION (GENERAL LIABILITY) Named Insured Non Profit Insurance Program NPIP Policy Number Endorsement Effective N 1-A2-RL-0000013-13 6/1/2022 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY This endorsement modifies insurance provided under the following: GENERAL LIABILITY COVERAGE PART This endorsement changes the policy effective on the inception date of the policy unless another date is indicated above. Schedule Person or Organization(Additional Insured): As Per Schedule on file with Clear Risk Solutions,Underwriting Administrator City of Kent 220 4th Ave S Kent,WA 98032 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. A. With respects to the General Liability Coverage Part only,the definition of Insured in the Liability Conditions,Definitions and Exclusions 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 onlywith respectto Iiabilityfor Bodily Injury,Property Damage,or Personal and Advertising Injury caused in whole or in part by your acts or omissions or the acts or omissions of those acting on your behalf: 1. In performance of your ongoing operations;or 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: 1. Written contractor written agreement;or 2. Declarations for this policy, whichever is less.These Limits of Insurance are inclusive and not in addition to the Limits Of Insurance shown in the Declarations. All other terms and conditions remain unchanged. Includes copyrighted material of the Insurance Services Office, Inc.,with its permission 8.0 K E N T W A 5 H I N G T O N 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. Evolvina 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: 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 Signature: Terry Jun a (Aprzz,z02409:39PDT) Signature: Kent Park0rzs,2o Email: tjungman@kentwa.gov Email: parkscontracts@kentwa.gov Signature: 8rc�C efz Brian Levenhagen(Apr 26,202 17:43 PDT) Email: bjlevenhagen@kentwa.gov PPD-EarthCorps-Mill Creek Canyon Trail Repairs-MMDDYY Final Audit Report 2024-04-27 Created: 2024-04-22 By: KateLynn Jennings(kjennings@kentwa.gov) Status: Signed Transaction ID: CBJCHBCAABAAIJz8R1XKO5Cl2Sr1uVXSrD4cS1zUcUpu "PPD-EarthCorps-Mill Creek Canyon Trail Repairs-MMDDYY" H istory Document created by KateLynn Jennings (kjennings@kentwa.gov) 2024-04-22-3:37:12 PM GMT-IP address: 146.129.252.126 Document emailed to Terry Jungman (tjungman@kentwa.gov)for signature 2024-04-22-3:38:11 PM GMT Email viewed by Terry Jungman (tjungman@kentwa.gov) 2024-04-22-4:38:40 PM GMT-IP address: 104.47.65.254 ='a Document e-signed by Terry Jungman (tjungman@kentwa.gov) Signature Date:2024-04-22-4:39:11 PM GMT-Time Source:server-IP address: 146.129.252.126 Document emailed to Kent Parks (parkscontracts@kentwa.gov)for signature 2024-04-22-4:39:13 PM GMT Email viewed by Kent Parks (parkscontracts@kentwa.gov) 2024-04-25-10:34:54 PM GMT-IP address:98.203.220.144 Document e-signed by Kent Parks (parkscontracts@kentwa.gov) Signature Date:2024-04-25-10:35:38 PM GMT-Time Source:server-IP address:98.203.220.144 Document emailed to whitney bowman (whitney@earthcorps.org)for signature 2024-04-25-10:35:40 PM GMT RL Email viewed by whitney bowman (whitney@earthcorps.org) 2024-04-26-6:32:42 PM GMT =�a Signer whitney bowman (whitney@earthcorps.org) entered name at signing as Evlyn Andrade 2024-04-26-8:08:34 PM GMT Powered by r � Adobe T Acrobat Sign E= Document e-signed by Evlyn Andrade (whitney@earthcorps.org) Signature Date:2024-04-26-8:08:36 PM GMT-Time Source:server Document emailed to bjlevenhagen@kentwa.gov for signature 2024-04-26-8:08:38 PM GMT Email viewed by bjlevenhagen@kentwa.gov 2024-04-26-10:52:26 PM GMT E= Signer bjlevenhagen@kentwa.gov entered name at signing as Brian Levenhagen 2024-04-27-0:43:05 AM GMT E= Document e-signed by Brian Levenhagen (bjlevenhagen@kentwa.gov) Signature Date:2024-04-27-0:43:07 AM GMT-Time Source:server Agreement completed. 2024-04-27-0:43:07 AM GMT Powered by r � Adobe K T Acrobat Sign