Loading...
HomeMy WebLinkAboutCity Council Meeting - City Council Meeting - 07/02/2024 KENT CITY COUNCIL AGENDA • Tuesday, July 2, 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. Employee of the Month ii. Proclamation for Parks and Recreation Month B. Community Events S. REPORTS FROM COUNCIL AND STAFF A. Mayor Ralph's Report B. Chief Administrative Officer's Report C. Councilmembers' Reports 6. PUBLIC HEARING 7. PUBLIC COMMENT City Council Meeting City Council Regular Meeting July 2, 2024 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 CityClerk@kentwa.gov or delivering the writing to the City Clerk at the meeting. If you will have difficulty attending the meeting by reason of disability, limited mobility, or any other reason that makes physical attendance difficult, and need accommodation in order to provide oral comment remotely, please contact the City Clerk by 4 p.m. on the day of the meeting at 253-856-5725 or CityClerk@kentwa.gov. Alternatively, you may email the Mayor and Council at Mayor@KentWA.gov and CityCouncil@KentWA._gov. Emails are not read into the record. S. CONSENT CALENDAR A. Approval of Minutes i. Council Workshop - Workshop Regular Meeting - Jun 18, 2024 5:15 PM ii. City Council Meeting - City Council Regular Meeting - Jun 18, 2024 7:00 PM B. Payment of Bills - Approve C. Kent Youth and Family Services Contract - Substance Use Disorder and Mental Health Services - Authorize D. Goods & Services Maintenance Agreement with Totem Logistics for On- Call Services - Authorize E. Goods & Services Maintenance Agreement with Totem Logistics for Litter Clean-up - Authorize F. Accept the Meet Me on Meeker (Russell - Midtown 64) Sidewalk Improvements Project as Complete - Authorize G. Interagency Agreement with the Washington Traffic Safety Commission - DUI Court Grant - Accept 9. OTHER BUSINESS City Council Meeting City Council Regular Meeting July 2, 2024 10. BIDS A. 212th Water Treatment Facility - Filter Media Installation - Award 11. EXECUTIVE SESSION AND ACTION AFTER EXECUTIVE SESSION 12. ADJOURNMENT 4.A.2 PROCLAMATION WHEREAS, Parks and Recreation are an integral part of communities throughout this country, including Kent, Washington; and WHEREAS, Parks and Recreation programs are vitally important to establishing and maintaining the quality of life in Kent, ensuring the health of all residents, and contributing to the economic and environmental well- being of a community and region; and c 0 WHEREAS, Parks and Recreation programs build healthy, active communities that aid in the prevention of chronic disease, provide therapeutic recreation c services for those who are mentally or physically disabled, and also a improve the mental and emotional health of all Kent residents; and W WHEREAS, Parks and Recreation supports the economic vitality of communities by providing frontline jobs for both youth and adults, assisting with a childcare and youth programs for the work force and our residents and r by promoting community revitalization; and o WHEREAS, Parks and Recreation fosters social cohesiveness and builds community o morale in Kent by celebrating its diversity, providing spaces to come together peacefully, modeling compassion, promoting social equity, connecting social networks, and ensuring all people have access to its m benefits; and WHEREAS, Parks and Recreation strengthens community identity by providing Y facilities, programs and services that reflect and celebrate community a character, heritage, culture, history, aesthetics, and landscape; and 0 r- WHEREAS, Parks and Recreation sustains and stewards Kent's natural resources by o protecting habitats and open spaces, connecting people to nature, and promoting the ecological function of parklands; and E WHEREAS, July is celebrated across the nation as Parks and Recreation Month. 0 NOW, THEREFORE, I, DANA RALPH, MAYOR OF KENT, DO HEREBY PROCLAIM g r JULY 2024 TO BE 'c 0 Parks and Recreation Month E 0 U In Kent Washington and urge all residents to experience the many benefits by visiting Kent's many trails, parks, and recreation resources. In witness whereof, I have hereunto set my hand this 2nd day of July, 2024. • Mayor Dana Rall1h KENT ,> W A 8 H I N G T O N Packet Pg. 4 5.B DO C re P� o of department highlights July 2, 2024 It: c� located at 2nd Avenue between Smith and co ADMINISTRATION Gowe. _ Administration • Summer Concerts: Wednesday picnic The city continues to work with the Kent performances at West Fenwick Park in o • School District on grant funding for the Mill conjunction with Kent parks summer Uplaygrounds from 11:30 a.m. - 4:30 p.m. E Creek Middle School field and floodplain Wednesdays family date night at Kent ,° project. The School District, in partnership Station, 6 p.m. - 8 p.m. Thursdays at Lake with the city and various local CBOs, plans Meridian, 7 p.m. - 8 p.m. a to submit a grant request at the end of the • Splash: Thursday, July 4, Lake Meridian summer. Staff will be presenting a Park, 5 p.m. - 10 p.m. resolution of support for the grant o submission to Council on July 16. Salsa in the Streets with KDP: Saturday, 0 • The city continues in negotiations with July 13, 2 p.m. - 7 p.m., Titus Railroad Google to bring fiber internet service to Park. Kent. If the parties reach agreement on a • Cornucopia Days: July 12, 13, 145k Run, July 13 0 franchise, Google will have permission to Grand Parade July 14 locate fiber in our roadways by way of "slit � > trenching." Slit trenching is a less invasive, National Night Out: Tuesday, August 6 t.L nondestructive, and quick way to lay high p.m., various neighborhoods N speed fiber in roadways to reach customers. Greater Kent Historical Museum: .9 Experience Kent Tour, August 9 - 10, • The City's efforts to seek federal Kenthistoricalmuseum.org a appropriations for a Mobile Command Police Vehicle are paying off. We recently received notice that Representative Adam Smith is supporting the request, and on Friday, June Accounting 2 W 21, we learned that Senator Cantwell is also The State Auditor's Office requested the 2 supporting the request. Having support in City file for a one-month extension to = both the House and Senate is great news. submit the 2023 Annual Comprehensive E The CAO will continue to update you as the Financial Report (ACFR) to Government c i fo rty ard.Federal budget process moves Finance Officer Association (GFOA) for its forw Communications Certificate in Excellence for Financial • Check out some summer fun! Don't forget Reporting award program. With that to subscribe to the mayor's weekly extension, the 2023 financial statement newsletter to stay up to date on all the audit is on-track to be completed by the happenings around Kent. new, July 31, 2024, deadline. • Kent Farmers Market: Every Saturday through September 14, 9 a.m-2 p.m. Page 1 of 11 Packet Pg. 5 5.B Tax & Licensing security. Deployed updates of highly used • The Tax Division is gearing up to process applications (Zoom, Chrome, etc.) for second quarter 2024 B&O Tax returns increased security. which are due by July 31. Administration Payroll • Ongoing coordination of IT's • Payroll is working with Human Resources to contract/procurement/accounting process. ensure the employer contribution for all • Ongoing coordination of IT's data for the Public Employees' Retirement System plans 2025-2026 Biennial Budget season. are updated as of July 1st. Employee rates Application Development remain unchanged. Work continues alongside Project Management Office (PMO) to participate in several Have-Build-Buy (HBB) Review Panels to better plan 2025-2026 Capital co Enterprise Architecture Budget Requests. This will be status quo • Working with Finance Customer Service until August. and the PMO to review vendor responses Application development and finance tax ; for the Datallow Replacement Project. beginning work on new enhancements and LO) • Working with CSO to discuss and plan the fixes in the Business License System E migration of various systems from (Admin/Back Office module). Release to Windows 2016 to newer versions of Production expected at the end of Q3 for c Windows. internal use. �- a� • Coordinating testing of changes to the Work commencing on new IT Timesheet online payment service to provide Finance Application for Project Management Office o 0. Customer Service additional data for (PMO) and Applications Development payments made online for Utility Bills, Tax, divisions to use in capturing time allocated Y, L- and Amanda Permits. to either Projects or Ops, but with a focus 4) • Attending HBB Review Panel meetings to on whether the task is capitalizable or not. o assess project requests for: Faster Minimum Viable Product (MVP) is expected Replacement, Tax System changes, and in Production for internal use at the end of Business License Admin system. Q3. N Service Desk DevOps Domain is working through a • Continuation of deploying PD's cell phones. realignment of the Build/Release Pipeline • Began IT Asset Management training for creation and Change Management a Service Desk staff. notification process as the Agile/Scrum Business Systems framework for all Custom Development c • Amanda: Promoted FCDE (Fire Code activities combines with a more formalized 2 cc Deviation) to test, continued work on APPL Project Management methodology. The (Appeals) build, began build for COM- combined Software Development Lifecycle Signs, while also implementing several (SDLC) effort is being coined as AgileFall (a E E enhancements and bug fixes. blend of Agile and Waterfall). This will help 0 • Police: Worked with finance and PD to test tie the actual capitalized work performed a new purchase order approval process for on the creation of custom assets with the PD invoicing to increase efficiency. amount and timeframe in our capital • Admin: Rebuilt council agenda/minutes file budgets. transfers to Laserfiche to retain all council Infrastructure and Security Operations Center meeting documentation. Completed setup of two NUC's for PD in • City: Microsoft monthly patching of servers Centennial Center for investigation and clients for May completed for increased purposes. Systems are on isolated Page 2 of 11 Packet Pg. 6 5.6 network and set to reset to a secure appeared was out of compliance to such a configuration automatically due to the degree that a sanction was imposed; all nature of work. Systems tested and were demonstrating progress. handed off for use. • Covered one expired bench warrant • Synology storage for digital forensics has calendar in June which included 122 cases arrived. Drives have been installed and spread across 100 defendants, just one of configuration of device is in process. New whom appeared. wall mount solution to replace damaged • In preparation for the June jury term, original has arrived and is ready for prosecution contacted and issued subpoenas to 151 civilian witnesses, installation. Next steps will be to conducted interviews, and reviewed all coordinate with Police / Facilities to install a evidence associated with each case. As backboard for mounting, and once part of this process, prosecutors reviewed complete install and connect to network for digital evidence, including body cam co use. This solution will significantly increase footage, that totals over 217 hours in storage capacity, provide fault tolerance, length, which is nearly 27 days of work for and alleviate the need to store multiple a single full-time employee. ; hard drives offline. The June jury term saw 77 cases set for L) • Motorpool Keyboxes and Kiosks are trial, four of which were confirmed for trial. E connected to the network and confirmed Of the four cases confirmed for trial, one ,° functional for both Shops and Centennial defendant pled guilty, one defendant Center. Worked with vendor to test resolved their case with a performance a communication with Keyboxes and verify contract, one case was dismissed, and one functionality. Next step will be to set up case proceeded to trial. The case that went o to trial involved a charge of assault in the a SSO integration with Azure to allow for fourth degree, and the jury returned with a individual employees to check out & return "not guilty" verdict. ) keys based on role / permissions. Appeared at a criminal pretrial hearing for 4) Project Management Office the owner of the vacant commercial o • Replacing the Police Department's jail property located at 711 Central Ave N. The > management system, Tiburon, with a owner was previously charged with scalable solution that will integrate with maintaining a public nuisance due to the N other department systems for centralized hazardous state of the property. Through c management and secure/encrypted data his attorney, the owner advised he would E share. The solution will streamline the begin the demolition process immediately w current jail management system landscape and subsequently obtained a demolition M resulting in more efficient, accurate permit. His next court date is scheduled for U tracking of inmate records, long term mid-July. 2 physical security goals and maintenance • Reviewed and revised a complaint and W notice of hearing before the City s contract savings. Improvement Officer for a building severely • Further stabilizing and enhancing the damaged by fire on the East Hill. The E functionality and usability of Amanda, complaint seeks an order declaring the U ECD's permit management system. building dangerous and ordering its demolition. • Assisted staff and outside counsel in Law Department gathering information and records in • Covered one community court calendar in response to discovery demands for cases in June which included 84 cases spread active litigation. across 55 defendants, 31 of whom failed to • Assisted staff in drafting and issuing notice appear. Just one of the defendants who to the owner of a multi-family rental property regarding violations of the Rental Page 3 of 11 Packet Pg. 7 5.B Housing Inspection Program and the Parents and kids alike will be thrilled with commencement of formal code the free daily lunch program at all three enforcement proceedings if a plan is not parks, a special concert series on timely filed to correct the deficiencies. Wednesdays at West Fenwick, exciting • Assisted staff in drafting and issuing a pop-ups at Morrill Meadows, and story time notice denying a business license for a and bubble play at Chestnut Ridge on homeowner who sought to operate an Tuesdays. Make sure you're in on the auto-repair business as a home occupation, action this summer! as the requested use violates the Kent City Summer staff training began for eight Code's zoning and land use provisions. counselors for Camp Walkapala and two • Met with and advised staff on enforcement counselors for inclusive camp, Walkapala options available for businesses operating Too. This three-day training is designed to without a valid business license and equip counselors with the skills and a businesses who fail to complete the knowledge necessary to create a safe, business license application process. engaging, and memorable experience for = • Assisted the police department by elementary age campers. Staff learn safety •u reviewing several contracts. protocols, conflict resolution, games, songs ; • Advised City staff on a variety of issues and the ins and outs of the fast paced, L) related to the asylee encampment on land daily schedule that keeps kids having fun E leased and controlled by King County. and busy throughout the day at camp. The 0 • Assisted and advised Public Works staff on ten counselors are led by two co-directors, 0- project closeout and the release of who have prior experience with the a retainage related to reservoir projects. summer camp and are excited to take on • Assisted the Clerk's Office with processing this leadership role. By the time camp and responding to large public records starts on Monday, June 24th, the staff will a requests. be confident and ready to create an • Assisted the HR Department with several unforgettable summer for the kids! ) L sensitive employment and labor related Adaptive Recreation had eleven swimmers matters. and sixteen track and field athletes o • Advised city departments on several participate in the State Special Olympics procurement and contract matters related Tournament held, June 8th and 9th. Swim to various ongoing projects. athletes have been training since Fall 2023, N • Assisted outside counsel on a few cases while track athletes have honed their skills currently in litigation. every Wednesday evening since late March E • Worked with staff to acquire the property 2024. Between the two sports athletes w rights necessary to complete various brought home 18 gold, 28 silver, 16 projects throughout the City. bronze, and over 22 4th-7th place ribbons. U • The 2024 Summer Art Exhibit kicked off ii c RECREATION, ' with a successful opening reception oncc COMMUNITY SERVICES Wednesday, June 5 from 6:00 to 7:30 p.m. •2 Recreation and Cultural Services Approximately 75 people attended, • Get ready for a summer of fun adventures including many of the artists. The Purchase E with our annual free and favorite Summer Jury met prior to the reception. The group, US Playgrounds program! In the next week, comprised of the two professional artists our team of seven people will be who juried the show, a city councilmember, undergoing rigorous hands-on training to an arts commissioner, and a city staff bring a dynamic blend of sports, arts and person, selected 14 artworks for purchase. crafts, water games, special events and Once accepted by the Arts Commission, more. We can't wait to greet all the park these artworks will become part of the goers with equipment and activities across City's portable collection that is hung in three different playgrounds, Monday public spaces throughout city buildings. through Friday June 24th - August 9th. The jury also recommended artists who will Page 4 of 11 Packet Pg. 8 5.6 be invited to have shared shows in the be provided as we will "cheers" to the end gallery over the next year. of Parks & Recreation month. Parks & Recreation Month • July is Parks & Recreation Month! Established in 1985, the National Recreation & Parks Association celebrates Staff Changes Parks & Recreation Month during the Alatorre, Vince, Police Officer, Relocation month of July to recognize the importance Resignation, 6/20/24 Whitlock, Justin, Police O of parks and recreation and honors the Officer, Failed professionals in this field for their service of Probation. 6/21/24 equity, climate-readiness, and Ortiz, Brian, Corrections Officer, New Hire, contributions to the overall health and well- 7/1/24 • Clark Brennan Entry Police Officer New being of their communities. • In addition to proclaiming the month of July Hire, 7/1/24 Cl)as Parks & Recreation Month here in Kent, Major Emphasis Patrol Kent Parks staff will be hosting pop-up DUI Emphasis, June 2024 events throughout the month to celebrate Events and Awards 3 with our residents! Kent Police Department Teen Academy, o Wednesday, July 10t" 6/25 & 6/27 E Friendship bracelet making and School's • Joel Langsea, Retirement, 6/27/24 0 • Out Park Ribbon Cutting Ceremony with • Andy Jackson, 35th Anniversary 7/1/24 Kent School District, 11:30am-1:30pm at Crime activities/arrests/investigations a Kent Laboratory Academy. Ribbon cutting On June 10, 2024, an officer received a ceremony will be from 1:00pm-1:30pm. report regarding vehicle thefts. The officer -- Wednesday, July 17t" established probable cause and coordinated o • "Kick it with Kent Parks" from 1:00pm - with the Special Operations Unit (SOU) for 2:30pm at West Fenwick Park Futsal Field. a takedown, but the suspect did not Y, Soccer/Penalty Kick Challenge for kids! appear. The officer discovered that the 4) Participants aged 18 and under will receive suspects were creating fake Vehicle Identification Numbers (VINs) and a mini soccer ball for coming, then will a) attempt to score a goal on Nick Patrick registering stolen rental cars with the > from the Kent Parks Recreation team! Department of Licensing before selling N Wednesday, July 24t" them. This investigation has become more .4 Popsicles in the Park, 11am-12:30pm at complex and continues to develop. • Morrill Meadows Park. Residents are invited • On June 10, 2024, an officer located a a to Morrill Meadows Park to join Kent Parks stolen vehicle near 108/Kent Kangley, after receivingan alert from Flocks stem. The staff for popsicles! Kent Parks swag will be y available to the public. officer followed the vehicle as it pulled into c Wednesday, July 31St a smoke shop. The officer initiated a high- 2 • Royal Party - Celebrating Friendship and risk stop while awaiting backup. However, U Parks & Recreation Month. 11am-1:00pm the suspect fled by ramming the officer's at Van Doren's Landing Park. Parks staff patrol car and other parked vehicles. The E will be setting up Van Doren's Landing Park suspect subsequently crashed down the 0 for a ROYAL party to celebrate friendship road, and all occupants fled but were apprehended thanks to Guardian and a and the culmination of Parks & Recreation month. Five special characters from the quick perimeter setup. On June 11, 2024, officers responded to a Disney/Marvel world will be joining us to play! Event attendees will be encouraged domestic disturbance at Grandview Apartments. Neighbors reported hearing to dress up as their favorite character, and they can meet/take pictures with all the screams and loud noises from inside the special guests. Plus, there may be a sing- unit. Officers knocked and announced their along or two! Juice and a special treat will presence, but the noises continued, and no Page 5 of 11 Packet Pg. 9 5.6 one answered. Exigent entry was made, The documents and the suspect's phone and three males were found inside, and laptop were taken for evidence, and appearing to have been fighting. After the case was referred to detectives. lengthy interviews, probable cause for On June 17, 2024, at approximately 2:30 assault was not determined. The resident, AM, an officer initiated a traffic stop on a who had a DUI warrant, was arrested for Chevy Traverse. The driver failed to stop Public Disturbance. Another individual had and collided with a BMW at the intersection a $200,000 DUI felony warrant and was of 98th and 240th. Both vehicles were also taken into custody. damaged, and the occupants of the BMW • On June 13, 2024, an unreported stolen exited the car. The BMW had run a stop vehicle rammed through the front door of sign, causing the collision. Both drivers the Chevron at 152/Kent Kangley. The were arrested for DUI, and the BMW's suspect stole several vape pens and fled in passenger was transported to the hospital a another stolen vehicle. This case remains for precautionary reasons. The Chevy under investigation. driver was booked without incident. • On June 13, 2024, an officer began his On June 17, 2024, officers responded to an - U shift early and assisted the night shift with auto theft in progress at LA Fitness at ; calls. He responded to a robbery at the 12922 SE Kent Kangley Rd. An officer 0 Arco at 116/240th. The suspect's located the stolen Chrysler PT Cruiser and E description matched a previous robbery attempted a traffic stop, but the suspect ,° that night. While en route, the officer fled. The suspect vehicle collided with two spotted the suspect vehicle and initiated a other cars and rolled over. The juvenile a pursuit. Although the suspects escaped, driver was apprehended, and a trapped the officer obtained the vehicle's license passenger was extricated by Puget Sound V_ plate, which had not been known in prior Fire and transported to Harborview Medical a calls. Center with critical but non-life-threatening • On June 13, 2024, officers responded to a injuries. Both juveniles were identified as ) L report of a male brandishing a firearm at a involved in the theft. passing vehicle at 64/James. Dispatch On June 18, 2024, day shift officers o provided a suspect description. An officer assisted with a shooting at Phoenix Court. observed a male matching the suspect's An officer developed information linking the description and coordinated with units to suspect to a problematic house at 10858 N contact him. The suspect fled on foot but SE 200 St. The officer found a person c was apprehended after a short chase. The matching the suspect's description. The E reporting party informed officers that the individual was arrested for felony warrants w suspect had pointed the gun at the officer's and possession of a firearm. It remains patrol vehicle, which the officer was unclear if he is directly related to the unaware of. The 16-year-old suspect was Phoenix Court shooting, but the officer did c booked for Assault-2 and other charges. commendable work. W • On June 14, Lynns Towing mistakenly On June 18, 2024, officers responded to a •2 released a stolen car back to the suspect report of threats with a gun on State Ave. ' E rather than the owner, but the suspect got The suspect brandished a firearm with an E greedy and returned to Lynn's, still driving extended magazine at the victim after U the same truck, and armed with forged stepping in front of his car. The suspect paperwork in a misguided effort to was located, found to have a stolen gun, somehow gain legal ownership of the and taken into custody after initially vehicle. Officer Pursley was dispatched to resisting. the call and arrived with Officer Quidachay, On June 18, 2024, officers were dispatched where the suspect was still shuffling to Bath and Body Works for a theft report. through a stack of paperwork inside the The suspect, known for multiple thefts and truck. While they interviewed him, Auburn one-armed robbery, has stolen re-entered the truck into WACIC as stolen. approximately $30,000 worth of Page 6 of 11 Packet Pg. 10 5.6 merchandise. A person of interest has been On June 23, at the Phoenix Court, a identified. suspect issued threats with a weapon in • On June 19, 2024, officers were notified of the F building. This incident is likely an assist request from Milton PD regarding retaliatory. The suspect forced a resident of a suspect who had fled in a BMW SUV after the F building to let him in at gunpoint, injuring an officer. The suspect was in Kent stating something about keeping his name and fled again. After a pursuit, officers out of conversations. Officers were unable used a PIT maneuver to stop the vehicle. to find anyone willing to speak at the The suspect was arrested, and Milton PD scene. An officer referred the case to took custody. detectives and notified another officer. • On June 20, 2024, officers responded to a On June 23, officers were dispatched to carjacking at 18010 East Valley Hwy S. The Ventanna Apartments (1411 W Smith St victim reported an acquaintance from a #B) for a drug complaint. Officers parked a previous encounter directed him to drive to near the building when a stolen Kia co multiple locations before pulling a gun and attempted to flee and struck a patrol car. _ stealing the car. The suspect fired a shot The vehicle crashed near the Paradise into the air and fled. Mobile Home Park, and the driver fled on ; • On June 20, 2024, an 18-year-old male foot. The passenger was detained in the 0 and a 21-year-old female were robbed by a vehicle. After a foot pursuit, the driver was E group of five male adults. The male was arrested and later found to have switched ° punched and kicked while his cell phone places with the passenger. The driver was and keys were stolen from his pockets. taken into custody with a ROB 1 warrant, a • On June 21, officers responded to a and the passenger was released after shooting at the Renew Apartments (Atrium treatment for injuries sustained while on James), building 21. Officers found 16 fleeing. a casings (9 mm and .40 cal) and multiple bullets strikes on vehicles and buildings. PUBLIC WORKSN L Witnesses reported two individuals were Survey shooting at each other, one in a vehicle Survey Field staff are providing o and the other on foot. A cell phone and car construction staking on: 76th Ave Drainage keys were recovered, leading to the Improvements, Reith Road Improvements impoundment of a vehicle for evidence. No and Mill Creek Reestablishment. N injuries were reported, and no hospitals Survey Professional staff are preparing .9 received calls about the incident. Record of Surveys on CIP projects and • On June 22, a wife reported an argument reviewing Design plans for CIP projects. w with her husband about his fentanyl abuse, GIS staff are entering project utility As- which escalated to him punching her in the built data in the GIS, fulfilling daily public eye. The suspect locked himself in the records requests, testing the New GIS c garage. Officers extracted the victim and Request Portal, supporting the M her children, surrounded the house, and Amanda/ECD data validation process for made several attempts to contact the addressing and coordinating with IT Data E suspect. A search warrant was obtained, Warehousing c and after deploying non-lethal measures, Environmental U the garage was cleared, with no suspect King County Solid Waste Fixed Annual found. The victim was placed in temporary Charge (FAC) Allocation and Disposal housing through Project Be Free. Rates: King County will raise the Disposal • On June 22, an officer located an occupied portion of the rate by 10%, which would stolen vehicle at the Arterra Townhomes. equate to roughly $0.93 increase in The suspect attempted to flee but was residential garbage rate for a 32-gallon apprehended after the officer pinned the container. The 2025 draft calculations had car. The suspect was found with a gun and been sent to the city and due to lower taken into custody. tonnages of garbage in 2023, Kent's Page 7 of 11 Packet Pg. 11 5.B allocation has decreased for 2025. correspondence with contractors, property Feedback on the spreadsheet due to King managers and business owners. Staff will County on June 28. Optional Q&A sessions also continue to monitor inspection status for cities and haulers on June 11 at 3 PM to ensure compliance with permit and June 13 at 10 AM. requirements. • Site Clean-up (Mayor's Homeless Task Design force/On-Call Garbage Contract/State • 74th and Willis Intersection Improvements: Ramp Litter Clean-Up): Coordinating with Final internal review received on 5/31. Met Metro regarding clean-up of bus stops with most Stakeholders to discuss throughout the city. comments to finalize design. • Cross Connection Control: Working with PW • West Hill Water Booster Pump Station: Site Design Group and ECD Development visit driveway/access with Operations Engineering staff about revisions to the completed to look at preferred site locations a Kent Design and Construction Standards and possible access road. Modeling contract pertaining to the CCC Program. under development, need to finalize exact = • Integrated Aquatic Vegetation Management scope. Plan (Lake Meridian) Grant: The City 81st Stormwater Pump Station: Met with ; applied for this grant in December 2023 Operations on 6/25 for pump design details. 0 per the request of the Lake Meridian Construction E Community Association. The Department of 2022 Asphalt Overlays: Corrective striping ,° Ecology's Program Manager has approved on S 248th removed and replaced 6/19. removal of match requirements for the Thermo plastic arrows still need to be a Freshwater Invasives and Algae Control placed. Contractor removed and replaced programs, beginning with the SFY2025 ADA ramps at 200th and 132nd last week agreements. Therefore, the City does not per punch list requirements. 0 have a match requirement and the grant agreement is fully funded at $30,000 for N L the Lake Meridian Integrated Aquatic Vegetation Management Plan Update o project. Draft agreement received on June ;,�r a) 17, 2024 and being reviewed by staff. • Lake Fenwick Aeration System: Proposal to N design retrofits/fixes to the diffuser assembly being discussed. Received E updated scope from Tetra Tech. �' a • Source Control and O&M Inspection Program: Running reports in our database identifying which sites discharge directly to Washington Ave S Stormwater Pump c Drainage District #1. In this process, COK Station: Electricians on site installing M sensitive area/stream buffer easements conduit for pump station controls this week. and WSDOT sites have been discovered. Site paving completed last week. Still E Continue working with business owners waiting for structural calculations from o and property managers to correct subcontractor on shelter structure. U violations that pertain to illicit discharges, 84th Ave S (East Valley Highway) damaged side sewers, and neglected ponds Preservation - S 212th St to S 196th St: and other stormwater facilities. Staff will Contractor continues forming and pouring conduct 6 Source Control/stormwater new ADA ramp improvements. Electrical system inspections, provide technical subcontractor completed induction loop guidance, and research of several installation. Pavement dig outs continue this commercial and industrial properties week. Final roadway overlay scheduled to including reinspection's, PRRs and onsite meetings/phone calls/email Page 8 of 11 Packet Pg. 12 5.B begin Monday night (6/24) and continue Mericka Group, LLC of Longview, WA on through week. Tuesday, June 18. Contractor preparing • Mill Creek / 76th Avenue S Culvert submittals and TranTech reviewing Improvements: Malcolm Drilling continues proposed work schedule now. Mobilization is rigid inclusion installation this week at currently scheduled for July 8. private property bridges. Contractor has Streets completed installation of the creek bypass. Street Maintenance crews performed a hot Removal of existing driveway culverts has patch repair at 2nd Ave S and W Saar St begun. Storm installation on 76th scheduled and at 3rd Ave S and W Titus St, ground, to continue this week. prepared area, and performed a hot patch 0 shoulder repair on SE 256th St between H 146th Ave SE and 140th Ave SE, concrete pads for storage bins at the Kent East Hill Operations Center (KEHOC), andco hauled asphalt grindings and millings at = various locations Citywide. • Signs and Markings crews installed signs at • City Safety Road Diets: Contractor resumed SE 274th St, east of 126th PI SE, installed 0 striping work 6/21. Closed and completed bases and stop signs at 109th Ave SE and E majority of Smith/Lincoln/Meeker striping SE 235th St, 116th Ave SE, north of SE ,° over the weekend of 6/22 & 23. Contractor 196th St, E Gowe St, west of Central Ave N, cutting bicycle loops and completing 132nd Ave SE, south of SE 266th St, and a miscellaneous striping on Military Rd S, south of Veterans Dr, installed Smith/Lincoln/Meeker this week. tuff posts on Veterans Dr, east of Military • Reith Road Roundabouts: Tie in of new Rd S and at W Meeker St and 6th Ave S, set Q. water main at 46th and Reith Road out traffic control for Cornucopia Days in the scheduled this week. New storm installation Downtown area, and performed sign ) L continues this week. Installing pipe and CB maintenance at various locations Citywide. structures up Reith Road to Lake Fenwick Solid Waste staff cleaned up debris along o Road. 124th Ave SE from SE Kent Kangley Rd to > SE 256th St, 116th Ave SE from SE 208th St to SE 216th St, Military Rd S from Kent N Des Moines Rd to S 240th St and performed c hot spot inspections and responded to E ti service requests at various locations w 4 Citywide. ' - Water Vegetation crews mowed and U trimmed at Kent Springs Lower, East Hill c Well, Pumpstation #5, Armstrong Springs, Summit Reservoir, O'Brien Well, Ravensdale •2 �r Properties, Guiberson Corrosion, the West ' p Hill Sites, and along the fence line at Clark c Springs. U • Street Vegetation staff performed j� maintenance on the planted traffic islands • 2024 Pavement Preservation: Contractor on 64th Ave S and the mow strips in the mobilizing and organizing to begin work up valley area on W James St, mowed on SE on 132nd this week. Demolition will 208th St from 108th Ave SE to 96th Way proceed on Monday, July 8. Notice to and along Veteran's Dr, turned on the city proceed issued for June 24. owned irrigation systems and operated the • Green River Bridge Repainting and Deck spray truck at various locations citywide, Repair: Preconstruction meeting held with and performed maintenance on the mow Page 9 of 11 Packet Pg. 13 5.6 strips along W Valley Hwy and E Valley Water Quality staff have performed T-run Hwy. sampling, collected wellhead lab samples • The Sidearm mower crews mowed along and per-and polyfluoroalkyl substances 132nd Ave SE from S 248th St to the City (PFAS) samples at the East Hill Well and limits, SE Kent Kangley Rd, west of 56th Kent Spring, finalized the 2023 Consumer Ave SE, S 272nd Way from Lake Fenwick Rd Confidence Report (CCR) for printing and to Pacific Hwy S, Pacific Hwy S from S mailing post cards by August 1st, 2024, 272nd St to S 240th St, 72nd Ave S from S received chlorine delivery at the East Hill 262nd St to S 277th St along SE 208th St Well and at the 212th Treatment Plant, and from 108th Ave SE to 132nd Ave SE, and S worked on the daily, weekly, and monthly 196th St from 108th Ave SE to 132nd Ave Water Quality Report training. SE. SCADA staff continued to replace the • Wetland Mitigation crews line trimmed at Programmable Logic Controller (PLC) at a the Downey and Hytek sites and built and Lindental, installed the new Win-911 CO repaired irrigation systems at various license, shutdown the old SCADA servers c locations citywide. and move to new servers, fixed a broken Water/Sewer conduit at Victoria Ridge, finished the meter ; • Distribution crews have finished up with the vault work at Pumpstation #3, replaced the L) water main tie ins and installing new water time relay at the Frager Sewer Pumpstation. E services at Derbyshire neighborhood on The total demand was at 8.1 million of ° 276th between SE 120th and SE 118th St. gallons per day (MGD) and the Tacoma Crews are almost finished with this project order was at 1.5 MGD. a and will be setting up for next job on Pumpstation crews set the new generator at Meeker St near Green River for some Victoria Ridge, monitored the Lagoons watermain upgrades. The crews completed upstream outlet gauge with pump running = Q. the DOH requirement for lead service line 4.56' from 5.23', set posts for panels at inventory and inspection and are expected Victoria Ridge, cleaned and inspected the ) L to be finished by September 1st. The sewer check valves at various location Hydrant crew is working with Customer citywide. o Service to help install radio reads for water Storm Drainage/Vegetation meters. Crews are also working on setting Storm crews installed a ditch repair at SE new water meters citywide for the new 270th St and 126th Ave SE, installed N construction group. bollards at 3rd Ave S and S 259th St for 'c • Sewer staff have been maintaining the easement access, performed a cleaning for E schedule with sewer line cleaning TV at 122nd PI SE and SE 199th St, w throughout the city working in the area of performed potholing for Utilities, cleaning 2 104th, 208th, and also Riverview Blvd culverts and ditch maintenance at 132nd U (Lake's area). The TV inspection truck and Ave SE and SE 235th St, performed c crew assisted with data on inspecting Storm maintenance at the Vactor site and W and Sewer lines throughout the system. performed ditch, vault, tank, and control .2 Source, Supply and Pumpstations structure inspections at various locations • Source and Supply staff have continued the Citywide. Crews also performed National c generator performance maintenance Pollutant Discharge Elimination System U checks (oil and filter changes) at (NPDES) inspections on SE 218th PI at pumpstation #3, #4, and #7, isolated the 110th Ave SE and at SE 221st PI and 116th 640 Tank and switched to Proportional Ave SE, and NPDES pumping at 116th Ave Integral Derivative (PID) mode at PS 1 to SE and SE 210th PI and at 108th Ave SE feed the 640 zone for foundation work at and SE 196th St. KEHOC, and performed preventative Wetland Maintenance crews mowed, line maintenance checks and oil and filter trimmed, and cleared debris at Meridian changes on generators at various Point A at 24327 131st Ave SE and at pumpstations Citywide. Meridian Point B at 24310 131st Ave SE, Page 10 of 11 Packet Pg. 14 5.B mowed and line trimmed at Frager Rd N at 4311 S 220th St, Frager Rd South at 22219 45th Ave S, Kent Meridian Place at 24116 132nd Ave SE, Village Creek Estates at 11712 SE 246th PI and at Highland Crossing at 24310 119th Ave SE, mowed at the Boeing Wetland at 6507 S 208th St, the Boeing Ditch at 6719 S 212th St and at Frager Rd and S 216th St, pulled and sprayed for tansy and poison hemlock and spray for purple Ioosestrife at the GRNRA at 22306 Russell Rd. • Holding Pond crews line trimmed and a mowed at the 64th Ave S and W James St, CO James St Pumpstation at 501 E James St, SE 240th Improvements at 12329 SE 238th — U Pl, East Hill Storage Bioswale at 10601 SE ; 240th PI, Hemlock Acres at 11203 SE 237th 0 PI, Theresa Lane Shot Plat at 23925 113th E PI SE, the Upper Mill Creek Storm/Sewer ,° Pumpstation and Dam at 25416 199th Ct SE, SE 240th Improvements at 12329 SE a 238th PI, SFS Plat (Trampoline Pond) at 25211 113th Ave SE and at Walnut Park Apartments at 11108 SE 251st PI, and a assisted the Wetland crews at Frager Rd North at 4311 S 220th St and at Frager Rd ) L S at 22219 45th Ave S. U Fleet/Warehouse o • The Warehouse crew have continued to a) assist with CDL training, maintained the M shops yard, keeping it clean and free of Mh litter and debris, cleaned and maintained the wash rack, washed, and vacuumed E motor pool vehicles, issued Personal w Protection Equipment (PPE) and motor pool °' vehicles to staff and hydrant meters to contractors, repaired small equipment as c needed, received parts and inventory W orders, hauled spoils as time and equipment were available and inventoried the small attractive assets. E • Fleet staff built and delivered new vehicles, U worked on upfitting new vehicles, scheduled Ford recalls, repaired side arm mower that is down, ordered parts for new builds, performed air brake inspections, worked on body shop repairs, and worked on scheduled and non-scheduled maintenance repairs. 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 June 18, 2024 Date: June 18, 2024 Time: 5:15 p.m. Place: Chambers I. CALL TO ORDER Attendee Name Title Status Arrived Satwinder Kaur Council President Present Bill Boyce Councilmember Present John Boyd Councilmember Present c Brenda Fincher Councilmember Present > Marli Larimer Councilmember Present Q. Zandria Michaud Councilmember Present a Toni Troutner Councilmember Present Ln H. PRESENTATIONS 1 2023 Year-in-Review Report Paula Painter 45 MIN. I* N O N Finance Director Paula Painter presented the 2023 Year-End Financial Status Report. General Fund ° Revenue Comparisons were provided Advised numbers reflect the shifting of how taxes are allocated Painter detailed why licenses and permits decreased and fines and forfeitures increased. c M All Other Fund Spending By Classification were Compared Increases to Salaries is due to the COLA and filling of vacant positions and Q the increase to Supplies & Equipment is due to the purchase of vehicles. Tax Revenues were Reviewed Property tax increasing steadily Sales Tax - 2021, 2022 and have leveled off during 2023 Utility Taxes steadily increasing City utilities - $1M higher than 2022 - due to cost for services Electric and Gas - $1M higher than 2022 Garbage $650K more than 2022 Decreases in telephone and cable B&O Tax - provided overview of the rate increases REET - drop during 2023 is approx. 55% Packet Pg. 16 8.A.1 City Council Workshop Workshop Regular June 18, 2024 Meeting Kent, Washington Minutes ......................................................................................................................................................................................................................................................................................................._............................................................................................................................................................................................................... • Permit and Plans Review Revenue • Building/structure permits Street, curb and other permits Plans review Fire review During 2022 ECD worked on recapturing revenue owed during COVID Capital Spending By Classification Reviewed top 10 project spend during 2020-2023 a� w Michelle Ferguson Financial Planning Manager presented the May 2024 Monthly Financial Report. 4- 0 General Fund revenues are slightly lower, but are anticipated to be $1M over o budget by the end of 2024. a a_ Other revenues were reviewed Revenues are above 2023 and budget a License and permits - higher than 2023 Charges for services - due to fire revenues and permits Fines and forfeitures - higher, due to penalties due to B&O and parking fines N Miscellaneous revenues - interest income coming in strong C c Criminal Justice Fund was reviewed Revenue: School Zones revenue is $100K lower than last year at this time 0 and Red Light camera revenue is coming in very strong - $1.5M higher than last year Councilmanic Debt Service was reviewed a� Ferguson advised due to a timing issue, the debt service payment was made r- in May, rather than June. Ferguson reiterated the ongoing increases for insurance funds. a a� Painter provided the General Fund Forecast General Fund History from 2019 - 2024 was reviewed $12.4M increase In 2023, the City was conservative in budget forecast - unsure of what would happen after COVID Overall budged $90.3M in tax revenue - actuals came in at $98.7M Increased for 2024 Charges for services were budgeted at $6.6M - came in at $8.3M Painter advised it is estimated the City will tap into $2M of fund balance in ......................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Page 2 of 5 Packet Pg. 17 8.A.1 City Council Workshop Workshop Regular June 18, 2024 Meeting Kent, Washington Minutes ......................................................................................................................................................................................................................................................................................................._............................................................................................................................................................................................................... 2024. 2025 - 2030 General Fund Forecast was detailed. This will be the start of the creation of the baseline budget. 2025 - adjusted for 4% COLA 2% growth from 2026 - 2030 2025-2026 Biennial Budget Painter talked about considerations: Addressing Structural Imbalance 3 Historically, in the General Fund, revenues have not kept pace with expenditures 4- Property tax is limited to 1% growth (plus new construction) ° 7i Loss of Streamline Sales Tax revenue to support operating expenditures o Loss of Panther Lake Annexation funding a Personnel Costs a Other Budgetary ImpactsLO a Public Safety LO Public Defenders Garbage Removal/Clean-up N Security and Repairs to damaged assets C Insurance funds Internal service funds and cost allocations Other unfunded mandates o N r Painter provided details on Cannabis revenues, including those realized from surrounding jurisdictions. 2 2044 Comprehensive Plan: Draft Kristen 30 MIN. Environmental Impact Statement Holdsworth (DEIS) Project Update a Long Range Planning Manager Kirsten Holdsworth presented the Draft Environmental Impact Statement for the Comprehensive Plan Holdsworth provided information on SEPA Helps decision makers, applicants, and the public understand how a proposal may affect the environment The process identifies and analyzes probable environmental impacts, reasonable alternatives and potential mitigation Encourages public participation Non-project programmatic EIS studies impacts of growth, it is not site- specific. Infill SEPA categorical exemption for new residential and mixed-use ......................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Page 3 of 5 Packet Pg. 18 8.A.1 City Council Workshop Workshop Regular June 18, 2024 Meeting Kent, Washington Minutes ......................................................................................................................................................................................................................................................................................................._............................................................................................................................................................................................................... development. Holdsworth provided an overview of the SEPA Process Define Project Proposal Update Comprehensive Plan 20-year growth targets for housing and jobs Compliance with Washington State Growth Management Act, PSRC Vision 2050 Multicounty Planning Policies, King County Countywide Planning Policies, and community needs aD w Targets: 10,200 new housing units 4- 32,000 new jobs 0 7i 0 Land Use Alternatives for Study a Alternative 1 - No action a Alternative 2 - Nodes and Corridors Alternative 3 - Core with Transit Links a LO LO Alternative 1: Continues 2035 Comprehensive Plan and maintains the City's existing land use and zoning designations without modifications. Meets N housing targets, falls a little short of employment targets. C c Alternative 2:Focuses growth in the regional growth areas and previously planned growth areas, new corridor growth along Benson and SE Kent- 0 Kangley, and dispersed neighborhood commercial centers through the East Hill area. Meets both targets. Alternative 3: Focuses increased growth in the City's Regional Centers along with modest growth along the Benson Corridor, SE Kent-Kangley Corridor, cc and East Hill; also includes an assumption of middle housing redevelopment in the city's existing neighborhoods and along transit corridors. Meets both targets. a a� New state law, HB 110, requires the city allow 6 of 9 housing types in almost all zones we currently call 'single family" Alternative 1 (no action) assumes no changes are made to land use, zoning, and goals, policies, and code. The 2 action alternatives (2 and 3) assume implementation of the new middle housing law with actual infill development/redevelopment at different levels. Holdsworth reviewed environmental topics evaluated in the DEIS - When the City does DEIS, it is determining a threshold of significance - through assistance from consultants and staff. ......................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Page 4 of 5 Packet Pg. 19 8.A.1 City Council Workshop Workshop Regular June 18, 2024 Meeting Kent, Washington Minutes ......................................................................................................................................................................................................................................................................................................._............................................................................................................................................................................................................... Comprehensive Plan DEIS - Summary of Impacts Need to disclose possible impacts. No action alternative has the most significant impacts because there is less planning. Holdsworth walked the Council through the various impacts, the level of impact, and mitigation recommended for each of the three alternatives. N The DEIS can be reviewed at Engage.Kentwa.gov/FutureKent and where hard 3 copies are available. 4- Public Comment can be emailed to FutureKent(abKentWA.gov 0 7i <mailto:FutureKent@KentWA.gov>, mailed to the City of Kent or provided at o the Land Use and Planning Board Workshop on June 24t" a a_ Next steps were reviewed: Round 2 Community Engagement and DEIS 30-day comment period endsLO a July 15, 2024. LO Project team will review and respond to official DEIS comments and general community feedback N Council will select preferred alternative and project team will revise analysis C Publish final EIS Update and adopt 2044 Comprehensive Plan 4- 0 Council Discussion: Council agreed with removing Alternative 1 from further consideration as a preferred alternative. a� Council liked the housing numbers reflected in Alternative 2. Council liked the development around transit reflected in Alternative 3. a Meeting ended at 6:32 p.m. Ki4�Ley A. Y,&m c to City Clerk ......................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Page 5 of 5 Packet Pg. 20 8.A.2 Pending Approval Kent City Council • City Council Regular Meeting KENT Minutes WAS M IN G 7 0 N June 18, 2024 Date: June 18, 2024 Time: 7:00 p.m. Place: Chambers 1. CALL TO ORDER/FLAG SALUTE Mayor Ralph called the meeting to order. _ 2. ROLL CALL Attendee Name T Status Arrived ° Dana Ralph mayor Present c Satwinder Kaur Council President Present Q. CL 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 3. AGENDA APPROVAL A. I move to approve the agenda as presented. — N N RESULT: MOTION PASSES [UNANIMOUS] MOVER: Satwinder Kaur, Council President SECONDER: Bill Boyce, Councilmember AYES: Kaur, Boyce, Boyd, Fincher, Larimer, Troutner, Michaud M a as 4. PUBLIC COMMUNICATIONS Q A. Public Recognition i. Proclamation for Juneteenth 2024 Mayor Ralph presented the Proclamation for Juneteenth 2024 to Gwen Allen- Carston from the Kent Black Action Commission. Allen-Carston expressed appreciation of the Proclamation and invited the public to attend the Juneteenth celebration on June 22 at Morrill Meadows Park. B. Community Events Council President Kaur announced upcoming events at the accesso ShoWare Center. Packet Pg. 21 8.A.2 Kent City Council City Council Regular Meeting June 18, 2024 Minutes Kent, Washington Councilmember Fincher announced Kent Summer Art Series Events. C. Public Safety Report Chief Padilla presented the Public Safety Report. Mayor Ralph conducted the swearing in of Police Officer Ryan Husby. Chief Padilla recognized the Police personnel that were honored by the Washington State Patrol for their life-saving efforts to save Washington State Patrol Trooper Seaburg. w Chief Padilla reviewed the King County (countywide) Shots Fired Report comparing 2023 to 2022 in addition to comparing the first quarter of 2023 0 with the first quarter of 2024. 0 L Chief Padilla reviewed Kent's shots fired data comparing 2017 - 2023. a a Chief Padilla provided an update on homicides year-to-date. a 0 Crime Statistics regarding robberies, vehicle prowls, residential and commercial burglaries, aggravated assaults and shootings were detailed. N 0 N Juvenile Crime Data was detailed and advised of the steady increase in C juveniles committing crimes. 4- Chief Padilla detailed the criminal justice process for juvenile offenders. 0 N r Fourth of July Fireworks - All fireworks are illegal in the City of Kent. Call the non-emergency line at 253-852-2121 to report firework complaints unless they are an imminent danger to public safety, then call 9-1-1. c Chief Padilla invited the public to register for National Night Out. 5. REPORTS FROM COUNCIL AND STAFF a a� A. Mayor Ralph's Report Mayor Ralph serves as the Chair of the Transportation Policy Board that recently discussed financial strategies for the Regional Transportation Plan. There was also a presentation on the Regional Safety Plan. Mayor Ralph serves on the Regional Policy Committee that received the final Crisis Center Implementation Plan. Mayor Ralph serves as the Vice Chair for SKHHP that recently received a presentation from a consultant for low income and housing developers. B. Chief Administrative Officer's Report ......................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Page 2 of 6 Packet Pg. 22 8.A.2 Kent City Council City Council Regular Meeting June 18, 2024 Minutes Kent, Washington Chief Administrative Officer Pat Fitzpatrick advised his report is in today's agenda packet. C. Councilmembers' Reports Council President Kaur serves as the Chair for the City Council Workshop and advised the meeting can be viewed online. Visit Engage.KentWA.gov/FutureKent to provide public comment for the Comprehensive Plan. Kaur provided details on the Taste of Kent Culinary Tour that she participated in. 3 Councilmember Troutner serves as the Vice Chair of the Puget Sound — Regional Fire Authority Governance Board, along with Councilmembers i Larimer and Boyd. Troutner invited the public to attend the CPR awareness o event and job fair on July 13th at the accesso ShoWare Center from 10-5. a a Troutner serves on the Regional Transit Committee that recently toured Metro's transit control center in South Seattle. o 0 ti Councilmember Michaud serves as the Subject Matter Chair for the Parks N items on the Committee of the Whole. Michaud provided an overview of the N two items on today's agenda. C c Michaud serves as the Council liaison on Human Services Commission that is currently working through the grant selection process. o N r Councilmember Boyce serves on the Public Issues Committee that recently review the Operations Police. a� Councilmember Boyd advised of a workgroup start up for PSRFA operations and a course for board members and guests. Councilmember Fincher serves as the Subject Matter Chair for the Public N Works items on the Committee of the Whole agenda and provided an overview of today's agenda items. Additionally, Fincher announced upcoming recycling events. 6. PUBLIC HEARING None. 7. PUBLIC COMMENT Mayor Ralph provided guidelines on providing public comment and a statement regarding the King County-controlled Econolodge. Adja Phipps, a Seattle resident, provided public comment regarding ......................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Page 3 of 6 Packet Pg. 23 8.A.2 Kent City Council City Council Regular Meeting June 18, 2024 Minutes Kent, Washington immigration. Peter Kuel, a Kent resident, provided public comment regarding asylum seekers. Mwai Nyasulu, a Kent resident, provided public comment regarding asylum seekers. Gwen Allen Carson, a Kent resident, provided public comment regarding the asylum seekers. Dr. Suzinne Pak-Gorstein, a Seattle resident provided public comment about the asylum seekers on King County property next to the Econolodge. Dr. Talia Himmelfarb, a Seattle resident, provided public comment about the asylum seekers on King County property next to the Econolodge. Alexander Jimenez, a Kent resident, provided public comment regarding migrants. 0 Casimiro Pedro, a Kent resident, provided public comment regarding migrants. 0 Tiffany Brinkley, a Seattle resident, provided public comment regarding a refugees/immigration. -- Dombele Francisco, a Kent resident, provided public comment regarding a asylum seekers. o Jon Grant, a Seattle resident, provided public comment regarding housing asylum seekers. N Jonata Lutumba, a Kent resident, provided public comment regarding asylum N seekers. C Jean-Jarques Kayembe, a Kent resident, provided public comment regarding asylum seekers. 4- 0 S. CONSENT CALENDAR r I move to approve consent items A - K. a� RESULT: APPROVED [UNANIMOUS] MOVER: Satwinder Kaur, Council President a a� SECONDER: Bill Boyce, Councilmember AYES: Kaur, Boyce, Boyd, Fincher, Larimer, Troutner, Michaud N a� A. Approval of Minutes i. Council Workshop - Workshop Special Meeting - May 24, 2024 8:30 AM ii. Council Workshop - Workshop Special Meeting - May 28, 2024 6:00 PM iii. Council Workshop - Workshop Regular Meeting - Jun 4, 2024 5:15 PM iv. City Council Meeting - City Council Regular Meeting - Jun 4, 2024 7:00 PM B. 2025 South King County Housing and Homelessness Partners Work Plan and Operating Budget - Approve ......................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Page 4 of 6 Packet Pg. 24 8.A.2 Kent City Council City Council Regular Meeting June 18, 2024 Minutes Kent, Washington MOTION: I move to approve the 2025 South King Housing and Homelessness Partners Work Plan and Operating Budget as adopted by the South King Housing and Homelessness Partnership Executive Board on April 19, 2024. C. Ordinance Amending KCC 4.06.200 Regarding Lake Meridian Boat Launch Fee - Adopt MOTION: I move to adopt Ordinance No. 4494, amending Section 4.06.200 of the Kent City Code regarding payment of boat launch fees at Lake Meridian Park. a� w D. Update to Fee Resolution to add Boat Launch Fee - Adopt MOTION: I move to adopt Resolution No. 2072, authorizing fees - for the use of the boat launch at Lake Meridian Park. i E. Resolution Authorizing Grant Applications with the Recreation 0 and Conservation Office - Uplands Playfield, and Spray Park, a Uplands Extension Acquisition, and Garrison Creek Park - Adopt MOTION: I move to adopt Resolution No. 2073, authorizing the o signing and submittal of grant applications to the Recreation and Conservation Office to assist with the Uplands Playfield N and Spray Park improvements, the Uplands Extension N Acquisition, and the Garrison Creek Park Renovation Projects. C F. Consultant Services Agreement with KBA, Inc. for South 218th Street Project - Authorize 4- 0 MOTION: I Move to authorize the Mayor to sign the Consultant Services Agreement with KBA, Inc., subject to final terms and conditions acceptable to the Public Works Director and City Attorney. G. Flood Protection Levee Easement with King County - Authorize a MOTION: I move to authorize the Mayor to sign the Flood Protection Levee Easement with King County for levee repair a and maintenance, subject to final terms and conditions acceptable to the Public Works Director and City Attorney. H. Easements with the City of Covington for Construction and Maintenance of Culvert Near Jenkins Creek - Authorize MOTION: I move to authorize the Mayor to sign the Permanent Easement Agreement and the Temporary Construction Easement Agreement with the City of Covington for culvert construction and maintenance, subject to final terms and conditions acceptable to the Parks Director and City Attorney. I. Contract for Canyon Ridge Lighting - Authorize ......................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Page 5 of 6 Packet Pg. 25 8.A.2 Kent City Council City Council Regular Meeting June 18, 2024 Minutes Kent, Washington MOTION: I move to authorize the Parks Department to contract for athletic field lighting through the a Cooperative Purchasing Agreement with Musco Sports Lighting, LLC, and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the Parks Director and City Attorney. J. Accept the 6MG1 Reservoir and Vent Replacement Project as Complete - Authorize MOTION: I move to authorize the Mayor to accept the Six Million Gallon One Reservoir Recoating Project as complete and release retainage to Long Painting Company upon receipt of standard releases from the State and the release of any liens. — K. Accept the West Hill Reservoir Project as Complete - Authorize 0 L MOTION: I move to authorize the Mayor to accept the West Hill a Reservoir Project as complete and release main project a retainage to T Bailey, Inc., and authorize the Public Works Director to accept landscaping work as complete at a later o date, upon receipt of standard releases from the State and the release of any liens. N 0 N 9. OTHER BUSINESS C None. 4- 10. BIDS 0 N None. c 11. EXECUTIVE SESSION AND ACTION AFTER EXECUTIVE SESSION None. a a� 12. ADJOURNMENT a Mayor Ralph adjourned the meeting. Meeting ended at 8:21 p.m. K�lQ.y A- K&moto- City Clerk ......................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Page 6 of 6 Packet Pg. 26 8.B • KENT W A 3 M I N G T O N DATE: July 2, 2024 TO: Kent City Council SUBJECT: Payment of Bills - Approve MOTION: I move to approve the payment of bills received through 5/31/24 and paid on 5/31/24 and approve the checks issued for payroll 5/16/24 - 5/31/24 and paid on 6/5/24, all audited by the Committee of the Whole on 6/18/24. SUMMARY: Approval of payment of the bills received through: 05/31/24 and paid 05/31/24 Approval of checks issued for Vouchers: Date Document Numbers Amount 05/31/24 Wire Transfers 10199 10218 $2,787,866.09 05/31/24 Regular Checks 778732 779281 $6,835,592.36 05/31/24 Payment Plus 105972 106022 $116,504.02 Void Checks $0.00 Void Payment Plus $0.00 05/31/24 Use Tax Payable $2,535.39 Total Accounts Payable: $9,742,497.86 Approval of checks issued for Payroll: 5/16/24-5/30/24 and paid 06/05/24 Date Document Numbers Amount 06/05/24 Checks $2,549,445.01 Voids and Reissues $0.00 06/05/24 Advices FR&P 463737 463743 $4,541.59 Total Payroll: $2,553,986.60 06/18/24 Committee of the Whole MOTION PASSES RESULT: MOTION PASSES [UNANIMOUS]Next: 7/2/2024 7:00 PM MOVER: Toni Troutner, Councilmember SECONDER: Marli Larimer, Councilmember AYES: Kaur, Boyd, Fincher, Larimer, Michaud, Troutner Packet Pg. 27 8.0 440 KENT DATE: July 2, 2024 TO: Kent City Council SUBJECT: Kent Youth and Family Services Contract - Substance Use Disorder and Mental Health Services - Authorize MOTION: I move to authorize Mayor to sign the Consultant Services Agreement with Kent Youth and Family Services, subject to the final terms and conditions acceptable to the Parks Director and City Attorney. SUMMARY: House Bill 1590 was enacted by the Washington State Legislature in 2020 and House Bill 1070 increased flexibility of the funds in 2021. They both amend RCW 2.14.530 and authorize cities and counties to impose a sales and use tax up to 1/10th of 1% for affordable housing. At least 60% of the revenue generated by the 1/10th of 1% sales and use tax must be used for capital and will be pooled with South King Housing and Homelessness Partnership. The State legislation allows for up to 40% of the revenue be utilized for the operation, delivery, or evaluation of: (1) behavioral health treatment programs and services; or (2) housing-related services. In coordination with Kent School District, Kent Youth and Family Services was selected to provide individual, family and group counseling sessions, case management, assessments and substance use disorder (SUD) education to address mental health wellness and substance use in Kent School District. This contract for $122,500 expands substance use disorder and mental health services for Kent youth funded by House Bill 1590 operating fund. The City currently funds primarily office-based services for individuals from the general fund for $80,000. The expanded service focus is for school-based services and creates opportunities for group sessions. In addition, partnerships will be in place to increase out of school time/summer sessions supporting SUD and mental health for youth. BUDGET IMPACT: Increase expenditure budget of $122,500 within the House Bill 1590 operating budget. SUPPORTS STRATEGIC PLAN GOAL: Packet Pg. 28 8.0 Thriving City - Creating safe neighborhoods, healthy people, vibrant commercial districts, and inviting parks and recreation. ATTACHMENTS: 1. KYFS SUD and Mental Health Agreement (PDF) 06/18/24 Committee of the Whole MOTION PASSES RESULT: MOTION PASSES [UNANIMOUS]Next: 7/2/2024 7:00 PM MOVER: Zandria Michaud, Councilmember SECONDER: Marli Larimer, Councilmember AYES: Kaur, Boyd, Fincher, Larimer, Michaud, Troutner Packet Pg. 29 8.C.a KENT CONSULTANT SERVICES AGREEMENT between the City of Kent and Kent Youth and Family Services THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter a, the "City"), and Kent Youth and Family Services organized under the laws of the State of Washington, c located and doing business at 232 2nd Avenue S, Kent, WA, 98032 (hereinafter the "Consultant"). N 0 m I. DESCRIPTION OF WORK. m The Consultant shall perform the following services for the City in accordance with the following c described plans and/or specifications: y r The Substance Use Disorder (SUD) and Mental Health Services program will provide an array of services focused on school based SUD and mental health services, including individual and group services in Kent School District. The following exhibits are attached and incorporated m by this reference as if fully set forth herein; Exhibit A, Scope and Schedule of Work, Exhibit Cn B, Insurance Exhibit and Exhibit C, Debarment Certification. 2' U_ 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 z time those services are performed. 0 II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in m Section I above immediately upon the effective date of this Agreement. The Consultant shall complete the Y work described in Section I by August 31, 2025. eo N O III. COMPENSATION. r c A. The City shall pay the Consultant, based on time and materials, an amount not to exceed $122,500, 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 a exceeded without the prior written authorization of the City in the form of a negotiated and executed amendment to this agreement. The Consultant agrees that the hourly or flat rate charged by it for its services contracted for herein shall remain locked at the negotiated rate(s) _ for a period of one (1) year from the effective date of this Agreement. The Consultant's billing rates shall be as delineated in Exhibit A. c m B. The Consultant shall submit Monthly payment invoices to the City for work performed, and a final bill upon completion of all services described in this Agreement. The City shall provide payment within forty-five (45) days of receipt of an invoice. If the City objects to all or any D portion of an invoice, it shall notify the Consultant and reserves the option to only pay that U) portion of the invoice not in dispute. In that event, the parties will immediately make every U_ effort to settle the disputed portion. Y C. Card Payment Program. The Consultant may elect to participate in automated credit card payments provided for by the City and its financial institution. This Program is provided as an E alternative to payment by check and is available for the convenience of the Consultant. If the Consultant voluntarily participates in this Program, the Consultant will be solely responsible a CONSULTANT SERVICES AGREEMENT - 1 (Over$20,000) Packet Pg. 30 8.C.a for any fees imposed by financial institutions or credit card companies. The Consultant shall not charge those fees back to the City. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- ZE 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 c A. The Consultant has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. c c� B. The Consultant maintains and pays for its own place of business from which the `m Consultant's services under this Agreement will be performed. c C. The Consultant has an established and independent business that is eligible for a m business deduction for federal income tax purposes that existed before the City retained the Consultant's services, or the Consultant is engaged in an independently established trade, occupation, profession, or business of the same nature as that c involved under this Agreement. y r D. The Consultant is responsible for filing as they become due all necessary tax N documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. m E. The Consultant has registered its business and established an account with the state Cn Department of Revenue and other state agencies as may be required by the 4, Consultant's business, and has obtained a Unified Business Identifier (UBI) number E cc from the State of Washington. U- c F. The Consultant maintains a set of books dedicated to the expenses and earnings of its z business. 0 V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon m providing the other party thirty (30) days written notice at its address set forth on the signature block of 1 this Agreement. After termination, the City may take possession of all records and data within the — 00 Consultant's possession pertaining to this project, which may be used by the City without restriction. If the o 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. m E VI. 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, a, 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. c� If any future performance is prevented or delayed by a force majeure event, the party whose D performance is prevented or delayed shall promptly notify the other party of the existence and nature of cn the force majeure event causing the prevention or delay in performance. Any excuse from liability shall be U- effective only to the extent and duration of the force majeure event causing the prevention or delay in Y performance and, provided, that the party prevented or delayed has not caused such event to occur and continues to use diligent, good faith efforts to avoid the effects of such event and to perform the obligation. Notwithstanding other provisions of this section, the Consultant shall not be entitled to, and the City shall not be liable for, the payment of any part of the contract price during a force majeure event, or any a costs, losses, expenses, damages, or delay costs incurred by the Consultant due to a force majeure event. CONSULTANT SERVICES AGREEMENT - 2 (Over$20,000) Packet Pg. 31 8.C.a Performance that is more costly due to a force majeure event is not included within the scope of this Force Majeure provision. If a force majeure event occurs, the City may direct the Consultant to restart any work or ZE performance that may have ceased, to change the work, or to take other action to secure the work or the project site during the force majeure event. The cost to restart, change, or secure the work or project site arising from a direction by the City under this clause will be dealt with as a change order, except to the extent that the loss or damage has been caused or exacerbated by the failure of the Consultant to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Consultant. c L d VII. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any subcontract, the Consultant, its subcontractors, or any person acting on behalf of the 0 N Consultant or subcontractor shall not by reason of race religion, color, sex age, sexual orientation national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who N 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 c Policy 1.2. y VIII. INDEMNIFICATION. The Consultant shall defend, indemnify and hold the City, its officers, N officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Consultant's .02 performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. Cn 21 The City's inspection or acceptance of any of the Consultant's work when completed shall not be E cc grounds to avoid any of these covenants of indemnification. U- c Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, z then, in the event of liability for damages arising out of bodily injury to persons or damages to property o caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, >0 employees, agents and volunteers, the Consultant's duty to defend, indemnify, and hold the City harmless, c and the Consultant's liability accruing from that obligation shall be only to the extent of the Consultant's Y negligence. eo N O 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 E FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. L In the event the Consultant refuses tender of defense in any suit or any claim, if that tender was a z made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Consultant's part, then = the Consultant shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys'fees, plus the City's legal costs and fees incurred because there was a wrongful refusal c on the Consultant's part. The provisions of this section shall survive the expiration or termination of this Agreement. 0 D IX. INSURANCE. The Consultant shall procure and maintain for the duration of the Agreement, U) insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. u- Y X. EXCHANGE OF INFORMATION. The City will provide its best efforts to provide reasonable accuracy of any information supplied by it to the Consultant for the purpose of completion of the work under this Agreement. E c� XI. OWNERSHIP AND USE OF RECORDS AND DOCUMENTS. Original documents, drawings, a designs, reports, or any other records developed or created under this Agreement shall belong to and CONSULTANT SERVICES AGREEMENT - 3 (Over$20,000) Packet Pg. 32 8.C.a become the property of the City. All records submitted by the City to the Consultant will be safeguarded by the Consultant. The Consultant shall make such data, documents, and files available to the City upon the City's request. The Consultant acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington. As such, the Consultant agrees to ZE cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. The a City's use or reuse of any of the documents, data, and files created by the Consultant for this project by anyone other than the Consultant on any other project shall be without liability or legal exposure to the Consultant. XII. CITY'S RIGHT OF INSPECTION. Even though the Consultant is an independent contractor c with the authority to control and direct the performance and details of the work authorized under this `m Agreement, the work must meet the approval of the City and shall be subject to the City's general right of c inspection to secure satisfactory completion. N 0 m XIII. WORK PERFORMED AT CONSULTANT'S RISK. The Consultant shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the a� performance of the contract work and shall utilize all protection necessary for that purpose. All work shall c be done at the Consultant's own risk, and the Consultant shall be responsible for any loss of or damage to y materials, tools, or other articles used or held for use in connection with the work. XIV. MISCELLANEOUS PROVISIONS. w m 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 U) preference may be available for any designated recycled product. 2' 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 r- Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those z covenants, agreements or options, and the same shall be and remain in full force and effect. o 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 1 dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means " 00 of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules cm 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 c 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 a award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's a right to indemnification under Section VIII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at x 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 c 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. c� 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, u) the terms of this Agreement shall continue in full force and effect and no further assignment shall be made U_ without additional written consent. Y F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement a shall be binding unless in writing and signed by a duly authorized representative of the City and the E Consultant. c� a CONSULTANT SERVICES AGREEMENT - 4 (Over$20,000) Packet Pg. 33 8.C.a G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this R 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. �a c H. Compliance with Laws. The Consultant agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to the Consultant's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of c the performance of those operations. L 0 I. Public Records Act. The Consultant acknowledges that the City is a public agency subject to n the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, m emails, and other records prepared or gathered by the Consultant in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Consultant agrees to cooperate fully with the City in satisfying the City's duties c and obligations under the Public Records Act. y r J. City Business License Required. Prior to commencing the tasks described in Section I, N Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. m 21 U- c z 0 c m Y 00 N O r+ C d E N N L Q Y 2 r C� C D co N U- Y c a� E t v c� Q CONSULTANT SERVICES AGREEMENT - 5 (Over$20,000) Packet Pg. 34 8.C.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 r 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. R c IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. a, L 0 CONSULTANT: CITY OF KENT: 0 aD D (D By: By: N Print Name: Print Name: Dana Ralph U) Its Its Mayor DATE: DATE: m Cn NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: tv U- CONSULTANT: CITY OF KENT: r- Brenda Rodgers Lori Guilfoyle 0 Kent Youth and Family Serivices City of Kent >- 232 2nd Avenue S 220 Fourth Avenue South Kent, WA, 98032 Kent, WA 98032 Y w (253) 856-5061 (telephone) 253-859-0300 (telephone) Iguilfoyle@kentwa.gov (email) brendar@kyfs.or (email) c m E APPROVED AS TO FORM: L Q Kent Law Department = r ATTEST: m c R Kent City Clerk D U) U- Y r c a� E t v Q CONSULTANT SERVICES AGREEMENT - 6 (Over$20,000) Packet Pg. 35 8.C.a DECLARATION CITY OF KENT NON-DISCRIMINATION POLICY a� �a 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. L O The City of Kent and its contractors are subject to and will comply with the following: o 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); c • 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 in Rights Act Of 1964); a� • 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). 21 • Ch. 49.60 RCW (Washington Law Against Discrimination) The preceding statutory and regulatory cites hereinafter are referred to as "the Acts and Regulations". 0 c The following statements specifically identify the requirements the City deems necessary for any Y contractor, subcontractor, or supplier on this specific Agreement to adhere to. An affirmation of 00 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 5 regarding suspension or termination for all or part of the Agreement. E aD L The statements are as follows: a 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. c 3. During the time of this Agreement I, the prime contractor, will provide a written statement o to all new employees and subcontractors indicating commitment as an equal opportunity employer. N U_ 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and Y promotion of women and minorities. E 5. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: a EEO COMPLIANCE DOCUMENTS - 1 Packet Pg. 36 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 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 `o origin in the selection and retention of subcontractors, including procurements of o materials and leases of equipment. The contractor will not participate directly or N 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. N 7 C. Solicitations for Subcontracts, Including Procurements of Materials and N 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 Cn ;, contract and the Acts and the Regulations relative to non-discrimination on the cc grounds of race, color, or national origin. U_ 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 o 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 Y compliance with such Acts and Regulations and instructions. Where any information N 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. L 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� 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. D Cn F. Incorporation of Provisions: The contractor will include the provisions of paragraphs (A) through (F) above in every subcontract, including procurements of Y 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 Transportation may direct as a means of enforcing such provisions including a sanctions for noncompliance. Provided, that if the contractor becomes involved in, EEO COMPLIANCE DOCUMENTS - 2 Packet Pg. 37 8.C.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. aD 6. During the performance of this contract, the contractor, for itself, its assignees, and E successors in interest agrees to comply with the following non-discrimination statutes and ZD authorities; including but not limited to: L d Pertinent Non-Discrimination Authorities: c i. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), o (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part D aD 21. 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 y projects); U iii. Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination �W 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; U_ 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 0 amended, (prohibits discrimination based on race, creed, color, national origin, or sex); Y vii. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, co 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 a expanding the definition of the terms "programs or activities" to include all of the E programs or activities of the Federal-aid recipients, sub-recipients and contractors, 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 (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) o (prohibits discrimination on the basis of race, color, national origin, and sex); X. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority U) Populations and Low-Income Populations, which ensures Non-discrimination against Y minority populations by discouraging programs, policies, and activities with a disproportionately high and adverse human health or environmental effects on E minority and low-income populations; Q EEO COMPLIANCE DOCUMENTS - 3 Packet Pg. 38 8.C.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 r compliance with Title VI, you must take reasonable steps to ensure that LEP persons a 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) L 0 7. The submission of the final invoice for this contract will constitute a reaffirmation that the o preceding statements were complied with during the course of the contract's performance. N D By signing below, I agree to fulfill the five requirements referenced above. r N 3 By: U) y For: a� Title: Cn Date: U- c 0 c aD Y w N O r C d E d L Q 2 C� C R 0 D /(n v) U- Y r c a� E t v Q EEO COMPLIANCE DOCUMENTS - 4 Packet Pg. 39 8.C.a CITY OF KENT ADMINISTRATIVE POLICY a� x NUMBER: 1.2 EFFECTIVE DATE: October 20, 2022 c as c L d SUBJECT: INCLUSIVE CONTRACTING SUPERSEDES: January 1, 1998 0 0 APPROVED BY Dana Ralph, Mayor N POLICY: c r Equal employment opportunity and non-discrimination in contracting requirements for the City of 04 Kent will conform to federal and state laws. All contractors, subcontractors, consultants, and N 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 E commitment as an equal opportunity employer. ,M 2. Actively consider for promotion and advancement available minorities and women. Further, all contractors, subcontractors, consultants, suppliers, grantees, or subgrantees of the >0- City, regardless of the value of the Agreement, are required to sign the City's Non-Discrimination a Policy Declaration, prior to commencing performance. Y 00 Any contractor, subcontractor, consultant or supplier who willfully disregards the City's v nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. E 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 Q duties for their respective departments. a� x 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. c 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. o Cn U) U_ Y c a� E t v c� Q EEO COMPLIANCE DOCUMENTS - 5 Packet Pg. 40 8.C.a 4^* ,0 Exhibit A KENT W4SH NGTON Scope and Schedule of Work PARKS, RECREATION S +�+ COMMUNITY SERVICES Consultant Services Agreement d Agency: Kent Youth and Family Services c m Program: Substance Use Disorder (SUD) and Mental Health Services c L Contact: Name: Brenda Rogers brendar@kyfs.org 0 0 Program The program will provide an array of services focused on school based SUD and N Description: mental health services, and group services in Kent School District. m c r Term: August 2024—August 2025 Total Funds Awarded: $122,500 N fn N V d Cn Pursuant to Section I. of the Consultant Services Agreement(CSA), Consultant shall provide the approximate number of City 2, of Kent clients with the following services: U_ c Unduplicated Kent Residents, Service Unit Descriptions and Deliverables Units for Kent Residents Contracted to Serve 0 Unduplicated Kent Clients Contracted to Serve 100 Individuals Y Service Unit 1: In-school Services 00 Description: Individual, Family and Group counseling sessions, case 500 units v management, assessments and SUD education provided for mental health r and substance use services in Kent School District. as E as as L The above services shall be provided by August 31, 2025 a z Contract Administration x - The Consultant shall notify the City, in writing, within ten (10) days of any changes in agency leadership or program personnel. - The Consultant shall provide the City with a current list of its board of directors, general or limited partners, as applicable. - In addition to monthly and annual reporting, staff may perform desktop or onsite monitoring to 0 ensure contract compliance. Any onsite monitoring will be scheduled with adequate time to prepare for the visit. The Contractor can request a copy of the monitoring form at any time by contacting y City of Kent staff. - All records related to the CSA must be retained for six (6) years plus the current year. Y c a� E c� a Performance Measures Packet Pg. 41 8.C.a The consultant will be expected to meet 100% of the performance measures as set forth within this Exhibit A. Exceptions may be made only in accordance with Section III.C. of the CSA. If the performance measures are not fulfilled, payment for services rendered will be reduced in accordance with Section III.0 of the CSA. m Reporting Requirements and Timeline = �a All data and required forms shall be submitted electronically. Service Unit Report - Data from this form will be used to track each program's progress toward meeting C the goals stipulated in the Scope of Work. It shall be submitted monthly, no later than the 15th of the month following the end of the month along with the Reimbursement Request. 2 0 Reimbursement Request - This form will be filled out electronically and serve as the invoicing mechanism o for payment to your agency/program. It shall be submitted monthly, no later than the 15th of the month N following the end of the month unless otherwise specified. m Demographic Data Report - The agency shall collect and retain the data requested on this form from C the persons served through this contract. Data should be tracked in an ongoing manner and submitted 0 annually. in N N V Report Due Date Cn Service Unit Report and Reimbursement 151h day following each month 21 Request U- Final Reimbursement Request September 15, 2025 C 0 Demographic Data Report September 30, 2025 0 C m Y 00 N O r+ C d E N N L Q Y 2 r C� C C V/ N LL Y C a) E t v c� Q Packet Pg. 42 8.C.a Exhibit B Insurance Requirements = Insurance The Contractor shall procure and maintain for the duration of the L Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the N work hereunder by the Contractor, their agents, representatives, employees, o or subcontractors. A. Minimum Scope of Insurance N Contractor shall obtain insurance of the types described below: cn 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, Cn ,, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial U_ 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 0 Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a Y substitute endorsement providing equivalent coverage. If a general aggregate limit applies, either the general aggregate limit shall apply CD 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 a 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. 0 Automobile Liability insurance providing bodily injury and property Cn damage liability coverage for all autos used in the performance of this U) Agreement. This coverage must be on a primary and non-contributory Y basis only. Coverage shall be written on ISO form CA 00 01, or a substitute form providing equivalent liability coverage. If necessary, E the policy shall be endorsed to provide contractual liability coverage. a Packet Pg. 43 8.C.a r Sexual Abuse or Molestation (SAM) Liability insurance endorsed to a = standard liability policy to include affirmative coverage or obtained on a specially purchased stand-alone policy. Workers' Compensation coverage for the employees of Contractor and L subcontractors as required by the Industrial Insurance laws of the State of Washington. N 0 B. Minimum Amounts of Insurance aD Contractor shall maintain the following insurance limits: r N Commercial General Liability insurance shall be written with limits no cn less than $2,000,000 per occurrence, and $2,000,000 products- completed operations aggregate limit. Stop Gap Liability - $1,000,000/$1,000,000/$1,000,000 Primary Non-Contributory Additional Insured coverage for the City of Cn ,, Kent, et. al. Waiver of Subrogation U_ Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per occurrence. 0 Sexual Abuse or Molestation (SAM) Liability insurance with a limit no Y less than $1,000,000 per occurrence or claim. co N O 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 a insurance and coverage shall be available to the City. The above policy limits may be obtained with excess liability (umbrella) insurance. x C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions: o D 1. The Contractor's insurance coverage shall be primary insurance with respect to the City. Any insurance, self-insurance, or Y 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. a Packet Pg. 44 8.C.a r 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 L before the effective date of the cancellation. If Contractor's insurer fails to provide the City with a copy of the notice of N cancellation endorsement, the Contractor must notify the City o and all Additional Insureds of any cancellation, nonrenewal or termination within two (2) business days of their receipt of such notice. r N 3. The City of Kent shall be named as an additional insured on all cn 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 Cn ,, right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall U_ 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 0 liability. Y D. Acceptability of Insurers CO N O Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage a 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 CU fails to provide the City with a copy of the endorsement naming the City as a o Primary Non-Contributory Additional Insured. U) U_ F. Subcontractors Y r c Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. a Packet Pg. 45 8.C.a All coverage for subcontractors shall be subject to all the same insurance requirements as stated herein for the Contractor. _ L d L O V N 3 U) y O V d Cn R LL C R t 7 O C O Y CO N O r C d d L Q 2 C� C R 0 D /(n v) U- Y r c a� E t V Q Packet Pg. 46 �- T 8.C.a Exhibit C PARKS a RECREATION i COMMUNITY SERVICES City of Kent c0 Certification Regarding Debarment and Suspension = a� Kent Youth and Family Services SUD and Mental Health Serivices Agency Name of Program(s) c� L d Certification A: Certification Regarding Debarment Suspension, and Other 9 9 p `o Responsibility Matters - Primary Covered Transactions 0 1. The prospective primary participant certifies to the best of its knowledge and belief that its N principals; m a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal debarment or agency; b) Have not within a three-year period preceding this proposal, been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in N connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification, or destruction of records, making false statements, or receiving stolen property; Cn c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental 2' entity (Federal, State, or local) with commission of any of the offenses enumerated in M paragraph (1)(b) of this certification; and U_ d) Have not within a three-year period preceding this application/ proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. 0 2. Where the prospective primary participant is unable to certify to any of the statements in >_ this certification, such prospective participant shall attach an explanation to this proposal. Y Instructions for Certification (A) N 0 1. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. c 2. The inability of a person to provide the certification required below will not necessarily E result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The a certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall = disqualify such person from participation in this transaction. 3. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government/City of Kent, the department or agency may terminate this transaction for cause of default. U) 4. The prospective primary participant shall provide immediate written notice to the U_ department or agency to whom this proposal is submitted if at any time the prospective Y primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 5. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the a 1 of 3 Packet Pg. 47 8.C.a meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is being submitted for assistance in obtaining a copy of these regulations. 6. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. 7. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, N Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. c 8. A participant in a covered transaction may rely upon a certification of a prospective y r participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that N the certification is erroneous. A participant may decide the method and frequency by which it determines this eligibility of its principals. Each participant may, but is not required to, check the Non-procurement List. 9. Nothing contained in the foregoing shall be construed to require establishment of a cn system of records in order to render in good faith the certification required by this 2' clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business '_ dealings. 10. Except for transactions authorized under paragraph (6) of these instructions, if a z participant in a covered transaction 11. Knowingly enters into a lower tier covered transaction with a person who is suspended, >_ debarred, ineligible, or voluntarily excluded from participation in this transaction, in m addition to other remedies available to the Federal Government/City of Kent, the 1 department or agency may terminate this transaction for cause of default. eo N O Certification B: Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions E a) 1. The prospective lower tier participant certifies, by submission of this proposal, that neither ;v it nor its principals is presently debarred, suspended, proposed for debarment, declared a ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements = in this certification, such prospective participant shall attach an explanation to this r proposal. Instructions for Certification (B) c 1. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. cn 2. The certification in this clause is a material representation of fact upon which reliance U) was placed when this transaction was entered into. If it is later determined that the Y prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government/City of Kent, the department or agency with which this transaction originated may pursue available E remedies, including suspension and/or debarment. a 2of3 Packet Pg. 48 8.C.a 3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms covered transaction, debarred, suspended, ineligible, lower tier W covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of these regulations. N 5. The prospective lower tier participant agrees by submitting this proposal that, should a the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared W ineligible, or voluntarily excluded from participation in this covered transaction, unless c authorized by the department or agency with which this transaction originated. y r 6. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, N Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective in participant in a lower tier covered transaction that it is not debarred, suspended, 2' ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by U- which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List. z 8. Nothing contained in the foregoing shall be construed to require establishment of a o system of records in order to render in good faith the certification required by this >- clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business Y dealings. eo 9. Except for transactions authorized under paragraph (5) of these instructions, if a o participant in a lower covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government/City of Kent, the department or agency with which this a transaction originated may pursue available remedies including suspension and/or a debarment. z m x Executive Director (Print) Title c m Signature of Executive Director Date 0 U) U) U- Y Adopted from HUD Form-2992 ++ C 09/04 E t V fC Q 3of3 Packet Pg. 49 8.D 440 KENT DATE: July 2, 2024 TO: Kent City Council SUBJECT: Goods & Services Maintenance Agreement with Totem Logistics for On-Call Services - Authorize MOTION: I move to authorize the Mayor to sign the Goods and Services Maintenance Agreement with Totem Logistics, Inc., for on-call services, subject to final terms and conditions acceptable to the Public Works Director and City Attorney. SUMMARY: Dumping on City-owned properties (outside of the right-of-way) continues to be a problem for staff and the community. When dumping occurs on a job site, or City property, the City's solid waste removal crews are not always able to assist due to the quantity of the waste or the lack of resources available. An on- call contractor can provide a rapid response to requests to clean up waste from dumping and encampment sites on City-owned property when City staff is unavailable. In April, the City advertised a Request for Proposals for an on-call cleanup contractor to complete this work. After evaluating all proposals received, Totem Logistics, Inc. is recommended to perform the work. This Agreement will be in effect until December 31, 2025, for an amount not to exceed $175,000. BUDGET IMPACT: The contract will be funded by the Drainage Utility Fund, the Department of Ecology's Local Solid Waste Financial Assistance Agreement Grant, the Environmental Solid Waste Fund, and the Spills Coastal Protection Fund. No budget adjustment is required. SUPPORTS STRATEGIC PLAN GOAL: Innovative Government - Delivering outstanding customer service, developing leaders, and fostering innovation. Thriving City - Creating safe neighborhoods, healthy people, vibrant commercial districts, and inviting parks and recreation. ATTACHMENTS: 1. Agreement with Totem Logistics - On Call Clean-up (PDF) Packet Pg. 50 8.D 06/18/24 Committee of the Whole MOTION PASSES RESULT: MOTION PASSES [UNANIMOUS]Next: 7/2/2024 7:00 PM MOVER: Brenda Fincher, Councilmember SECONDER: Toni Troutner, Councilmember AYES: Kaur, Boyce, Boyd, Fincher, Larimer, Michaud, Troutner Packet Pg. 51 8.D.a KENT O GOODS & SERVICES MAINTENANCE AGREEMENT between the City of Kent and O Totem Logistics, Inc. � THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Totem Logistics, Inc. organized under the laws of the State of Washington, located and doing business at 308 Clay Street NW, Auburn, WA 98001, Phone: (510) 332-1231, Contact: 3 Scott Page (hereinafter the "Vendor"). m E AGREEMENT L I. DESCRIPTION OF WORK. Q m c The Vendor shall provide the following goods and materials and/or perform the following maintenance services for the City: c The Vendor shall provide on-call clean-up and disposal of general garbage and other waste related to illegal dumping and/or homeless encampments at various City-owned properties. For a description and Vendor's proposal, see Exhibit A, which is attached and incorporated by in this reference. oa N O O r O The Vendor acknowledges and understands that it is not the City's exclusive provider of these goods, materials, or maintenance services and that the City maintains its unqualified right to obtain these goods, materials, and services through other sources. a� II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in v Section I above within 3 business days after the City issues its Notice to Proceed. Upon the effective date v of this Agreement, all physical work shall thereafter be completed by December 31, 2025. The term of this o Agreement shall continue until all work has been completed, final acceptance has occurred, and all , Contractor obligations have been fulfilled. r III. COMPENSATION. The City shall pay the Vendor an amount not to exceed One Hundred o Seventy Five Thousand Dollars ($175,000), including applicable Washington State Sales Tax, for the goods, materials, and maintenance services contemplated in this Agreement. The City shall pay the Vendor the E following amounts according to the following schedule: o Vendor shall submit a single invoice upon completion of each task order. Invoices shall include date(s) and location(s) of work performed. CD m L Q Card Payment Program. The Vendor may elect to participate in automated credit card payments E provided for by the City and its financial institution. This Program is provided as an alternative to payment a GOODS & SERVICES MAINTENANCE AGREEMENT - 1 (Over$20,000.00, including WSST) Packet Pg. 52 8.D.a by check and is available for the convenience of the Vendor. If the Vendor voluntarily participates in this Program, the Vendor will be solely responsible for any fees imposed by financial institutions or credit card companies. The Vendor shall not charge those fees back to the City. c 0 If the City objects to all or any portion of an invoice, it shall notify the Vendor and reserves the option w to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every w effort to settle the disputed portion. 0) 0 J A. Defective or Unauthorized Work. The City reserves its right to withhold payment from the E Vendor for any defective or unauthorized goods, materials or services. If the Vendor is unable, o for any reason, to complete any part of this Agreement, the City may obtain the goods, materials or services from other sources, and the Vendor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, 3 including legal costs and attorney fees, incurred by the City beyond the maximum Agreement price specified above. The City further reserves its right to deduct these additional costs E incurred to complete this Agreement with other sources, from any and all amounts due or to ;v become due the Vendor. °1 a m B. Final Payment: Waiver of Claims. VENDOR'S ACCEPTANCE OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY VENDOR AS UNSETTLED AT THE TIME REQUEST FOR FINAL PAYMENT IS c MADE. f° IV. PREVAILING WAGES. The Vendor shall file a "Statement of Intent to Pay Prevailing Wages," U with the State of Washington Department of Labor & Industries prior to commencing the Contract work. The Vendor shall pay prevailing wages in effect on the date the bid is accepted or executed by the Vendor, and (0 comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing 08 wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and o Industries is attached. 0 0 V. 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 0 A. The Vendor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. v B. The Vendor maintains and pays for its own place of business from which the Vendor's v services under this Agreement will be performed. r- C. The Vendor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained the Vendor's services, or the Vendor is engaged in an independently established trade, o occupation, profession, or business of the same nature as that involved under this J Agreement. E a� r 0 D. The Vendor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service 3 and the state Department of Revenue. as E. The Vendor has registered its business and established an account with the state 4) Department of Revenue and other state agencies as may be required by the Vendor's a� business, and has obtained a Unified Business Identifier (UBI) number from the State Q of Washington. a� F. The Vendor maintains a set of books dedicated to the expenses and earnings of its business. a GOODS & SERVICES MAINTENANCE AGREEMENT - 2 (Over$20,000.00, including WSST) Packet Pg. 53 8.D.a VI. 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. c O VII. CHANGES. The City may issue a written change order for any change in the goods, materials 0 or services to be provided during the performance of this Agreement. If the Vendor determines, for any w reason, that a change order is necessary, the Vendor must submit a written change order request to the a, person listed in the notice provision section of this Agreement, Section XVI(D), within fourteen (14) calendar —0i days of the date the Vendor knew or should have known of the facts and events giving rise to the requested E change. If the City determines that the change increases or decreases the Vendor's costs or time for o performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Vendor on all equitable adjustments. However, if the parties are unable to agree, the 3 City will determine the equitable adjustment as it deems appropriate. The Vendor 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 Vendor fails to require a change order within the E time allowed, the Vendor waives its right to make any claim or submit subsequent change order requests 14-1 for that portion of the contract work. If the Vendor disagrees with the equitable adjustment, the Vendor a must complete the change order work; however, the Vendor may elect to protest the adjustment as provided 4) in subsections A through E of Section IX, Claims, below. c as The Vendor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate c acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by the Vendor as provided in this section shall constitute full payment and final settlement of all claims for contract N time and for direct, indirect and consequential costs, including costs of delays related to any work, either 0 covered or affected by the change. VIII. FORCE MA)EURE. Neither party shall be liable to the other for breach due to delay or failure 08 in performance resulting from acts of God, acts of war or of the public enemy, riots, pandemic, fire, flood, -a or other natural disaster or acts of government ("force majeure event"). Performance that is prevented or 5 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 T 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 a protective equipment requirements that may be required under federal, state, or local law in response to ? the current pandemic. W If any future performance is prevented or delayed by a force majeure event, the party whose v performance is prevented or delayed shall promptly notify the other party of the existence and nature of v the force majeure event causing the prevention or delay in performance. Any excuse from liability shall be a 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. �, 0) Notwithstanding other provisions of this section, the Vendor shall not be entitled to, and the City —0i shall not be liable for, the payment of any part of the contract price during a force majeure event, or any E costs, losses, expenses, damages, or delay costs incurred by the Vendor due to a force majeure event. t° Performance that is more costly due to a force majeure event is not included within the scope of this Force Majeure provision. 3 If a force majeure event occurs, the City may direct the Vendor to restart any work or performance a 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� a direction by the City under this clause will be dealt with as a change order, except to the extent that the Q loss or damage has been caused or exacerbated by the failure of the Vendor to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Vendor. ca a GOODS & SERVICES MAINTENANCE AGREEMENT - 3 (Over$20,000.00, including WSST) Packet Pg. 54 8.D.a IX. CLAIMS. If the Vendor 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 Vendor may file a claim as provided in this section. The Vendor shall give written notice to c the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts to or events giving rise to the claim, whichever occurs first. Any claim for damages, additional payment for w any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed a, to have been waived by the Vendor unless a timely written claim is made in strict accordance with the —0i applicable provisions of this Agreement. E 0 At a minimum, a Vendor's written claim shall include the information set forth in subsections A, items 1 through 5 below. 3 r FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN E m ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY 0 THAT DELAY. Q m A. Notice of Claim. Provide a signed written notice of claim that provides the following information: as c 1. The date of the Vendor's claim; 2. The nature and circumstances that caused the claim; 0 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 cn 5. An analysis of the progress schedule showing the schedule change or disruption 08 if the Vendor is asserting a schedule change or disruption. o 0 B. Records. The Vendor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the T Vendor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. v C. Vendor's Duty to Complete Protested Work. In spite of any claim, the Vendor shall proceed v promptly to provide the goods, materials and services required by the City under this a Agreement. , D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Vendor �, also waives any additional entitlement and accepts from the City any written or oral order o (including directions, instructions, interpretations, and determination). —J E a, E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Vendor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and 3 determination). as X. LIMITATION OF ACTIONS. VENDOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR VENDOR'S ABILITY TO FILE THAT SUIT SHALL BE FOREVER BARRED. Q THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. a� XI. WARRANTY. The Vendor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. In addition to any other M warranty provided for at law or herein, this Agreement is additionally subject to all warranty provisions a GOODS & SERVICES MAINTENANCE AGREEMENT - 4 (Over$20,000.00, including WSST) Packet Pg. 55 8.D.a established under the Uniform Commercial Code, Title 62A, Revised Code of Washington. The Vendor warrants goods are merchantable, are fit for the particular purpose for which they were obtained, and will perform in accordance with their specifications and Vendor's representations to City. The Vendor shall c promptly correct all defects in workmanship and materials: (1) when the Vendor knows or should have 0 known of the defect, or (2) upon the Vendor's receipt of notification from the City of the existence or w discovery of the defect. In the event any part of the goods are repaired, only original replacement parts w shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for a, that portion of the work shall extend for an additional year beyond the original warranty period applicable _0J to the overall work. The Vendor shall begin to correct any defects within seven (7) calendar days of its E receipt of notice from the City of the defect. If the Vendor does not accomplish the corrections within a o reasonable time as determined by the City, the City may complete the corrections and the Vendor shall pay all costs incurred by the City in order to accomplish the correction. 3 r XII. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Vendor, its sub-contractors, or any person acting on behalf of the E Vendor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who a is qualified and available to perform the work to which the employment relates. The Vendor shall execute the attached City of Kent Non-Discrimination Policy Declaration and comply with City Administrative Policy 1.2. c XIII. INDEMNIFICATION. The Vendor shall defend, indemnify and hold the City, its officers, f° officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or N suits, including all legal costs and attorney fees, arising out of or in connection with the Vendor's 4' performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. cn Ca The City's inspection or acceptance of any of the Vendor's work when completed shall not be grounds -a to avoid any of these covenants of indemnification. 0 IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION T PROVIDED HEREIN CONSTITUTES THE VENDOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER a ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. 3 c In the event the Vendor refuses tender of defense in any suit or any claim, if that tender was made v pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Vendor's part, then the Vendor v shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable a attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Vendor's part. r The provisions of this section shall survive the expiration or termination of this Agreement. o J XIV. INSURANCE. The Vendor shall procure and maintain for the duration of the Agreement, E insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. o XV. WORK PERFORMED AT VENDOR'S RISK. The Vendor shall take all necessary precautions 3 and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of c the contract work and shall utilize all protection necessary for that purpose. All work shall be done at the Vendor's own risk, and the Vendor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. Q c a� E ca Q GOODS & SERVICES MAINTENANCE AGREEMENT - 5 (Over$20,000.00, including WSST) Packet Pg. 56 8.D.a XVI. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its c contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. r N B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the a, covenants and agreements contained in this Agreement, or to exercise any option conferred by this _0J Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those E covenants, agreements or options, and the same shall be and remain in full force and effect. o C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and z construed in accordance with the laws of the State of Washington. If the parties are unable to settle any 3 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 E 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 a parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XIII of this Agreement. c D. Written Notice. All communications regarding this Agreement shall be sent to the parties at v, 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 co Agreement or such other address as may be hereafter specified in writing. Ca N E. Assignment. Any assignment of this Agreement by either party without the written consent 00 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 T without additional written consent. v F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement 3 shall be binding unless in writing and signed by a duly authorized representative of the City and the Vendor. a� G. Entire Agreement. The written provisions and terms of this Agreement, together with any v Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative co 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 , 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. �, m H. Compliance with Laws. The Vendor agrees to comply with all federal, state, and municipal � laws, rules, and regulations that are now effective or in the future become applicable to the Vendor's E business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of t° the performance of those operations. I. Public Records Act. The Vendor acknowledges that the City is a public agency subject to the 3 Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, a emails, and other records prepared or gathered by the Vendor in its performance of this Agreement may be a) subject to public review and disclosure, even if those records are not produced to or possessed by the City a� of Kent. As such, the Vendor agrees to cooperate fully with the City in satisfying the City's duties and Q obligations under the Public Records Act. as J. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the `u° Kent City Code. a GOODS & SERVICES MAINTENANCE AGREEMENT - 6 (Over$20,000.00, including WSST) Packet Pg. 57 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 c 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. w 0 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 E to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed o to have applied. z VENDOR: CITY OF KENT: 3 r c m E m By: By: a Print Name: Print Name: Dana Ralph c Its Its Mayor c DATE: DATE: m 2 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: a� VENDOR: CITY OF KENT: Ca N O David Scott Page Chad Bieren, P.E. 0 Totem Logistics, Inc. City of Kent 308 Clay Street NW 220 Fourth Avenue South r Auburn, WA 98001 Kent, WA 98032 a (510) 332-1231 (telephone) (253) 856-5500 (telephone) ? spage@pacbell.net (email) publicworks@kentwa.gov email a� U APPROVED AS TO FORM: U c O Kent Law Department r ATTEST: E a� r O Kent City Clerk 3 c as E a� m L Q E V Q GOODS & SERVICES MAINTENANCE AGREEMENT - 7 (Over$20,000.00, including WSST) Packet Pg. 58 8.D.a DECLARATION CITY OF KENT NON-DISCRIMINATION POLICY o r The City of Kent (City) is committed to conform to Federal and State laws regarding equal .y 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 E employment opportunity policies. o The City of Kent and its contractors are subject to and will comply with the following: 3 • 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); L • 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); c • 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) Ca N The preceding statutory and regulatory cites hereinafter are referred to as "the Acts and o 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, 3 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 U regarding suspension or termination for all or part of the Agreement. U The statements are as follows: o 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, _0J race, color, national origin, age, or the presence of all sensory, mental or physical disability. E 0 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 3 employer. E 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and L 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: ca a EEO COMPLIANCE DOCUMENTS - 1 of 5 Packet Pg. 59 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- o 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 0 and made a part of this contract. E a� 0 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 3 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 a set forth in Appendix B of 49 CFR Part 21. as c 0 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 •2 contract and the Acts and the Regulations relative to non-discrimination on the in grounds of race, color, or national origin. Ca N D. Information and Reports: The contractor will provide all information and reports 00 required by the Acts and Regulations and directives issued pursuant thereto and will c? permit access to its books, records, accounts, other sources of information, and its r 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 a 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 U Washington State Department of Transportation, as appropriate, and will set forth what efforts it has made to obtain the information. c 0 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 n sanctions as it or the Washington State Department of Transportation may 0 determine to be appropriate, including, but not limited to: E a� a. withholding payments to the contractor under the contract until the 0 contractor complies; and/or b. cancelling, terminating, or suspending a contract, in whole or in part. 3 c F. Incorporation of Provisions: The contractor will include the provisions of paragraphs (A) through (F) above in every subcontract, including procurements of Q 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 E Transportation may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, a or is threatened with litigation by a subcontractor, or supplier because of such EEO COMPLIANCE DOCUMENTS - 2 of 5 Packet Pg. 60 8.D.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. o 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 .y authorities; including but not limited to: 0 E a� 0 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. m L ii. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, a (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, .2 (prohibits discrimination on the basis of disability); and 49 CFR Part 27; in V. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), 8 (prohibits discrimination on the basis of age); o vi. Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as 00 amended, (prohibits discrimination based on race, creed, color, national origin, or r sex); vii. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, 3 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, U 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 T transportation systems, places of public accommodation, and certain testing entities 0 (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation E 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) (prohibits discrimination on the basis of race, color, national origin, and sex); 3 X. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures Non-discrimination against W minority populations by discouraging programs, policies, and activities with Q 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 a includes discrimination because of Limited English proficiency (LEP). To ensure EEO COMPLIANCE DOCUMENTS - 3 of 5 Packet Pg. 61 8.D.a 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 o discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). y xiii. Washington Law Against Discrimination (Ch. 49.60 RCW) o J 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. r a� E By: a For: c �a c Title: ' c Date: a� L _vY! W y O O ti r O Q 7 C R U is U c O r O J E O r O H L r.+ C d E O O L Q f+ d E V R a EEO COMPLIANCE DOCUMENTS - 4 of 5 Packet Pg. 62 8.D.a CITY OF KENT ADMINISTRATIVE POLICY c 0 r NUMBER: 1.2 EFFECTIVE DATE: October 20, 2022 y 0 O J E O r O H t SUBJECT: INCLUSIVE CONTRACTING SUPERSEDES: January 1, 1998 3 r c APPROVED BY Dana Ralph, Mayor as m POLICY: a as 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 cn commitment as an equal opportunity employer. Ca N 2. Actively consider for promotion and advancement available minorities and women. o 0 Further, all contractors, subcontractors, consultants, suppliers, grantees, or subgrantees of the T City, regardless of the value of the Agreement, are required to sign the City's Non-Discrimination Policy Declaration, prior to commencing performance. a Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract U and subject to suspension or termination for all or part of the Agreement. U c Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public 0 Works Departments to coordinate with the City's Title VI coordinator, and perform the following duties for their respective departments. N M O 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these J regulations are familiar with the regulations and the City's equal employment opportunity policy. 0 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. 3 c E a� a� L Q E V Q EEO COMPLIANCE DOCUMENTS - 5 of 5 Packet Pg. 63 8.D.a Exhibit A - Scope of Work ' Totem logistics Inc. ° N CONTRACTOR RESPONSIBILITIES: a� 0 J Totem Logistics Inc. (hereinafter "Contractor")will satisfy all responsibility's enumerated below: E m A. Provide for enough staff to complete the Work for each Route. Cleanup duties shall include collecting 0 and properly disposing of all garbage,trash, waste, debris and other non-biohazardous materials z generally located within 10ft of rights of ways edges along with other identified focus areas located 3 within each Route a copy of which is attached as Exhibit "A"to this RFP for reference. Disposal shall be at c a site permitted to accept such materials. E m B. Contractor shall be expected to collect and dispose of biohazardous materials and substances when and where minimal amounts exist within each Route. Contractor is directed to contact the City a designated representative when in excess of minimal amounts of biohazardous materials and substances exist. Contractor is directed to use their best judgement in determining what constitutes a minimal amount of biohazardous substances and materials. c C. Contractor shall supply all labor, material, tools, protective clothing, and gear, and equipment that is required or needed to perform the work to handle, remove,transport, and dispose of the waste y m materials and leave a clean site. D. Contractor shall provide all supervision and management of crews and ensure all necessary safety in procedures are followed.This individual will serve as the City's contact. All workers will be direct Totem oa Logistics Employees. o E. Contractor shall work with the City to establish "billing cycles" which shall consist of no more than two billing cycles per month and coincide with the City's check-run dates (Ex. Billing cycle#1 = 1st—15th working days to be invoiced to the City no later than "x" date).The Contractor will submit invoices reflective of the time and materials expensed for the previous billing cycle.All invoices shall include the total amount of the contract,the remaining balance available against the contract prior to the invoiced billing cycle, and the remaining contract balance after payment of invoiced Pay Period,the billing cycle dates beinginvoiced for and an itemized breakdown of the hours and expenses being invoiced to the i p g i C) City. All hours being billed at prevailing wages must first be certified by Washington State Labor and Industries and receipt copies for all disposal must be attached to the invoice. v c F. Contractor shall notify the City's designated representative in the event that interference from individual(s), road construction, or other obstacles exist that cause interference with the Contractor performing their Work. v, G. Contractor shall follow best practices work procedures while performing their Work. J H. Contractor shall immediately contact appropriate law enforcement and City representative if a aEi r weapon is found. 0 I. Contractor shall always perform work in a timely and efficient manner and in a courteous and business-like manner. 3 c J. Contractor shall pay prevailing wages for all work performed to the extent required by law. E M K. Contractor shall properly handle and dispose of solid waste and hazardous waste in accordance with ;v all applicable laws. Q L. Contractor shall comply with any other responsibility imposed by the terms of this RFP. E ca a Packet Pg. 64 8.D.a Totem logistics Inc. ° BID PROPOSAL SECTION a� 0 J E Unit costsforthe following items,which will be used asthe basis 0 for creating estimatesfor specific City-awned properties: i- 4.3.1 Mobilization Included '3 Per hour employee costs—include prevailing wages,attached in Exhibit D, Wage Per HR: $59.07 c 4.2.2 for Haz Waste Worker-C as of 06-01-2024 Billed: $106.32 Per Hr 4.3.3 Dumping fees-non-hazardous waste Per Scale Tag,Actual Cost m 4.3.4 Dumping fees—hazardous waste $150.00 Per 55 Galion Barrel 4.3.5 Equipment Rental,Company Owned,Skid Steer, Excavater,Trailer $250 Each Per Day a m Equipment Rental,Third Party Per Rental Invoice 4.3.6 Supplies and Miscellaneous requirements(i.e.,cones,traffic signs,etc.) Included c 0 4.3.7 Administrative fees Included N m m co 06 y O 0 O 3 C O N U U c O u� 0 J E N r� 0 t— z r .3 rW C O E N d L a a Packet Pg. 65 8.D.a c O Property Addresses N O Property Name Address/Area/Parcel Number J E 228t" Mitigation Site S of 240 and W of 116 Ave SE 8155760130,8155750180,815570170 F- S 277t"St Corridor Property south of S 277t"St Barber 27242 Green River Road S. Kent 98032 3 r c Downey 24955 Frager Road S. Kent 98032 Frankford S 212t"St& Riverview Blvd Green River Road Various city owned property along Green Q River Rd from south boarder to Central Ave S c c� Johnson Sealy 27412 Green River Road S. Kent 98032 m Little N of James St and E of Woodford Ave c Matel ich Parcel: 222204-9029 `° McSorley Creek 25t"Ave S and off SE 272"a St Wetland Milwaukee 3rd Ave to SR 167 (along levee) m co Skyway Towing Site 7641 S 259 St 06 Veteran's Drive Property south of Veteran's Drive -00 Wagers Property West of Washington Ave fronting S 251 St 0 (Signature Point) Others Other cleanup sites that may be c identified are within the jurisdiction of the City of Kent 3 c M d U U c O u� O J E N r� O H z r .3 r� C O E N d L a E a Packet Pg. 66 8.D.a Property Map 0 A O 5E 196th 51 E ro v o # r •3 r c m 'J.vllry Roar S 2n8th 5E 208th St E *nuniiy O ro d kirk m O'Brien Q � � v Green River a { Natural c } - cc C C Resourtm Area p - {, `� ,o C 4) C M N d 5 77811 Sc y O w CO) p 2 A06 1�1 c y 'A r ,"L O^ �, N 4 u # } O x+ V A ¢ a r Rlverhend Golf Complex K E r11t �P tZ 3 A 1l M a y w U w k 5E 256th 5t a' MITI[reek U Earthwa rks Park S O e .2 IM Lh m pV O � J c Now E RIVt" 'n 0 r''rrFt St Thomas m Meredith ew w Oppd Esrir 4S,'(NGA,IJSGSr FEMA,King County,WA State Parks GIS,Esri Camada,Esri, HERE,Garmin,SafeGraph, METI/NASA, Q �37rh St NW U5G5,Bureau of Land Management EPA,NIPS,USDA d E t c� r .r Q Packet Pg. 67 8.D.a O Exhibit B , Insurance Requirements N Insurance 0 0 J E Contractor shall procure and maintain for the duration of the Agreement, o 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 3 by the Contractor, their agents, representatives, employees, or subcontractors. E L A. Minimum Scope of Insurance a a 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 Ca General Liability insurance shall be endorsed to provide the Aggregate o Per Project Endorsement ISO form CG 25 03 11 85. The City shall be 0 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 3 aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall U be twice the required occurrence limit. r_ 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 0 Excess policies shall be provided on a true 'following form" or broader E coverage basis, with coverage at least as broad as provided on the 0 underlying Commercial General Liability insurance. •3 Automobile Liability insurance providing bodily injury and property damage liability coverage for all automobiles/vehicles used in the E performance of this Agreement. This coverage must be on a primary and non-contributory basis only. Coverage shall be written on ISO Q form CA 00 01, or a substitute form providing equivalent liability E a Packet Pg. 68 8.D.a O coverage. If necessary, the policy shall be endorsed to provide , contractual liability coverage. N Workers' Compensation coverage for the employees of Contractor and J subcontractors as required by the Industrial Insurance laws of the E State of Washington. 0 B. Minimum Amounts of Insurance 3 a� Contractor shall maintain the following insurance limits: E a� L Commercial General Liability insurance shall be written with limits no a less than $2,000,000 per occurrence and in the 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 Ca for bodily injury and property damage of $1,000,000 per occurrence. 0 0 0 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 3 of insurance and coverage shall be available to the City. The above policy limits may be obtained with excess liability (umbrella) insurance. U C. Other Insurance Provisions r_ 0 The insurance policies are to contain, or be endorsed to contain, the 2 following provisions: 0 J 1. The Contractor's insurance coverage shall be primary insurance E 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 3 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 a Packet Pg. 69 8.D.a O 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 y cancellation endorsement, the Contractor must notify the City of J any cancellation, nonrenewal or termination within two (2) E business days of their receipt of such notice. o 3. The City of Kent shall be named as an additional insured on all 3 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 a 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 M brought, except with respect to the limits of the insurer's liability. D. Acceptability of Insurers Ca N O Insurance is to be placed with insurers with a current A.M. Best rating of not 0 less than A:VII. r O E. Verification of Coverage a Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the U additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. The City waives no 0 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 2 Primary Non-Contributory Additional Insured. O J F. Subcontractors E a O Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. 3 All coverage for subcontractors shall be subject to all the same insurance requirements as stated herein for the Contractor. E L Q V Q Packet Pg. 70 4/5/24,7:50 AM about:blank State of Washington , Department of Labor & Industries o Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 y 0 Washington State Prevailing Wage E The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe o benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code 3 Key. E a� Journey Level Prevailing Wage Rates for the Effective Date: 04/22/2024 a County Trade Job Classification Wage Holiday Overtime Note *Risk Class King Asbestos Abatement Workers Journey Level $59.07 5D 1 H View King Boilermakers Journey Level $74.29 5N 1C View m King Brick Mason Journey Level $69.07 7E 1 N View 2 King Brick Mason Pointer-Caulker-Cleaner $69.07 7E 1 N View cn King Building Service Employees Janitor $29.33 5S 2F View od King Building Service Employees Traveling Waxer/Shampooer $29.78 5S 2F View o King Building Service Employees Window Cleaner (Non-Scaffold) $32.93 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $33.93 5S 2F View r King Cabinet Makers (In Shop). Journey Level $22.74 1 View King Carpenters Acoustical Worker $74.96 15J 4C View a 0 King Carpenters Bridge, Dock And Wharf $74.96 15J 4C View c Carpenters King Carpenters Floor Layer Et Floor Finisher $74.96 15J 4C View v King Carpenters Journey Level $74.96 15J 4C View U King Carpenters Scaffold Erector $74.96 15J 4C View O King Cement Masons Application of all Composition $72.87 15J 41J View Mastic W King Cement Masons Application of all Epoxy $72.37 15J 41J View 0 Material _J King Cement Masons Application of all Plastic $72.87 15J 41J View aa)) Material 0 King Cement Masons Application of Sealing $72.37 15J 41J View Compound 3 King Cement Masons Application of Underlayment $72.87 15J 41J View a0i King Cement Masons Building General $72.37 15J 41J View King Cement Masons Composition or Kalman Floors $72.87 15J 41J View Q King Cement Masons Concrete Paving $72.37 15J 41J View King Cement Masons Curb Et Gutter Machine $72.87 15J 41J View E King Cement Masons Curb Et Gutter, Sidewalks $72.37 15J 41J View �a King Cement Masons Curing Concrete $72.37 15J 41J View a King Cement Masons Finish Colored Concrete $72.87 15J 41J View about:blank I Packet Pg. 71 4/5/24,7:50 AM about:blank King Cement Masons Floor Grinding $72.87 15.1 4U iew King Cement Masons Floor Grinding/Polisher $72.37 15J 4U View King Cement Masons Green Concrete Saw, self- $72.87 15.1 4U View o powered King Cement Masons Grouting of all Plates $72.37 15J 4U View r King Cement Masons Grouting of all Tilt-up Panels $72.37 15J 4U View A King Cement Masons Gunite Nozzleman $72.87 15.1 41.1 View King Cement Masons Hand Powered Grinder $72.87 15J 4U View E King Cement Masons Journey Level $72.37 15J 4U View �0 King Cement Masons Patching Concrete $72.37 15.1 41.1 View King Cement Masons Pneumatic Power Tools $72.87 15J 4U View King Cement Masons Power Chipping Et Brushing $72.87 15.1 4U View E King Cement Masons Sand Blasting Architectural $72.87 15.1 4U View i Finish Q King Cement Masons Screed Et Rodding Machine $72.87 15J 4U View King Cement Masons Spackling or Skim Coat $72.37 15.1 4U View M Concrete c King Cement Masons Troweling Machine Operator $72.87 15J 4U View King Cement Masons Troweling Machine Operator on $72.87 15J 4U View y Colored Slabs King Cement Masons Tunnel Workers $72.87 15.1 4U View King Divers Et Tenders Bell/Vehicle or Submersible $129.71 15J 4C View co o�S Operator (Not Under Pressure) w King Divers Et Tenders Dive Supervisor/Master $93.94 15.1 4C View o King Divers Et Tenders Diver $129.71 15.1 4C 8V View King Divers Et Tenders Diver On Standby $88.94 15J 4C View c King Divers Et Tenders Diver Tender $80.82 15J 4C View King Divers Et Tenders Hyperbaric Worker - $93.26 15J 4C View Compressed Air Worker 0-30.00 PSI v King Divers Et Tenders Hyperbaric Worker - $98.26 15J 4C View Compressed Air Worker 30.01 I c� 44.00 PSI King Divers Et Tenders Hyperbaric Worker - $102.26 15.1 4C I View N Compressed Air Worker 44.01 54.00 PSI I MA King Divers Et Tenders Hyperbaric Worker - $107.26 15J 4C View 0 Compressed Air Worker 54.01 E 60.00 PSI 0 King Divers Et Tenders Hyperbaric Worker - $109.76 15J 4C View ~ Compressed Air Worker 60.01 3 64.00 PSI .� c King Divers Et Tenders Hyperbaric Worker - $114.76 15.1 4C View E Compressed Air Worker 64.01 - 68.00 PSI King Divers Et Tenders Hyperbaric Worker - $116.76 15J 4C View Q Compressed Air Worker 68.01 - 70.00 PSI E King Divers Et Tenders Hyperbaric Worker - $118.76 15J 4C View Compressed Air Worker 70.01 a 72.00 PSI about:blank Packet Pg. 72 4/5/24,7:50 AM about:blank King Divers Et Tenders Hyperbaric Worker - $120.76 15.1 4C iew Compressed Air Worker 72.01 74.00 PSI c King Divers Et Tenders Manifold Operator $80.82 15J 4C View O King Divers Et Tenders Manifold Operator Mixed Gas $85.82 15.1 4C View King Divers Et Tenders Remote Operated Vehicle $80.82 15.1 4C View u Operator/Technician c King Divers Et Tenders Remote Operated Vehicle $75.41 15J J 4C View E Tender Y 0 King Dredge Workers Assistant Engineer $79.62 5D 3F View z King Dredge Workers Assistant Mate (Deckhand) $79.01 5D 3F View 3 King Dredge Workers Boatmen $79.62 5D 3F View m King Dredge Workers Engineer Welder $81.15 5D 3F View m King Dredge Workers Leverman, Hydraulic $82.77 5D 3F View King Dredge Workers Mates $79.62 5D 3F View a m King Dredge Workers Oiler $79.01 5D 3F View c R King Drywall Applicator Journey Level $75.73 150 11S View Y King Drywall Tapers Journey Level $75.73 150 11S View King Electrical Fixture Maintenance Journey Level $38.69 5L 1 E View Workers m King Electricians - Inside Cable Splicer $109.35 7C 4E View as King Electricians - Inside Cable Splicer (tunnel) $117.52 7C 4E View co 06 King Electricians - Inside Certified Welder $105.63 7C 4E View w King Electricians - Inside Certified Welder (tunnel) $113.43 7C 4E View 00 King Electricians - Inside Construction Stock Person $51.53 7C 4E View King Electricians - Inside Journey Level $101.92 7C 4E View c King Electricians - Inside Journey Level (tunnel) $109.35 7C 4E View King Electricians - Motor Shop Journey Level $48.68 5A 1 B View a King Electricians - Powerline Cable Splicer $93.00 5A 4D View Construction v King Electricians - Powerline Certified Line Welder $85.42 5A 4D View Construction v c King Electricians - Powerline Groundperson $55.27 5A 4D View O Construction u� King Electricians - Powerline Heavy Line Equipment $85.42 5A 4D View Construction Operator 0 King Electricians - Powerline Journey Level Lineperson $85.42 5A 4D View J Construction aEi Y King Electricians - Powerline Line Equipment Operator $73.35 5A 4D View Construction r King Electricians - Powerline Meter Installer $55.27 5A 4D 8W View 3 Construction King Electricians - Powerline Pole Sprayer $85.42 5A 4D View Construction King Electricians - Powerline Powderperson $63.50 5A 4D View Q Y Construction a� King Electronic Technicians Journey Level $65.66 7E 1 E View E King Elevator Constructors Mechanic $111.26 7D 4A View Y King Elevator Constructors Mechanic In Charge $120.27 7D 4A View a about:blank I Packet Pg. 73 4/5/24,7:50 AM about:blank King Fabricated Precast Concrete All Classifications - In-Factory $21.34 5B 1 R iew Products Work Only King Fence Erectors Fence Erector $50.07 15J 11 P 8Y View c King Fence Erectors Fence Laborer $50.07 15J 11 P 8Y View O King Flaggers Journey Level $50.07 15J 11 P 8Y View r King Glaziers Journey Level $79.16 7L 1y View 1 King Heat Et Frost Insulators And Journey Level $87.15 15H 11C View Asbestos Workers E m King Heating Equipment Mechanics Journey Level $96.42 7F 1 E View 0 King Hod Carriers Et Mason Tenders Journey Level $62.49 15J lip 8Y View King Industrial Power Vacuum Journey Level $16.28 1 View 3 r Cleaner m King Inland Boatmen Boat Operator $61.41 5B 1 K View E L King Inland Boatmen Cook $56.48 5B 1 K View a, King Inland Boatmen Deckhand $57.48 5B 1 K View King Inland Boatmen Deckhand Engineer $58.81 5B 1 K View King Inland Boatmen Launch Operator $58.89 5B 1 K View r c King Inland Boatmen Mate $57.31 5B 1 K View King Inspection/Cleaning/Sealing Of Cleaner Operator $49.48 15M 110 View y Sewer Et Water Systems By Remote Control as King Inspection/Cleaning/Sealing Of Foamer Operator $49.48 15M 110 View co Sewer Et Water Systems By 06 N Remote Control o King Inspection/Cleaning/Sealing Of Grout Truck Operator $49.48 15M 110 View 0 Sewer Et Water Systems By Remote Control 0 King Inspection/Cleaning/Sealing Of Head Operator $47.41 15M 110 View Sewer Et Water Systems By Remote Control c King Inspection/Cleaning/Sealing Of Technician $41.20 15M 110 View Sewer Et Water Systems By v Remote Control I f° v King Inspection/Cleaning/Sealing Of TV Truck Operator $44.31 15M 110 View O Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $74.96 15J 4C View King Ironworkers Journeyman $87.80 15K 11 N View King Laborers Air, Gas Or Electric Vibrating $59.07 15J lip 8Y View aEi Screed o King Laborers Airtrac Drill Operator $60.90 15J lip 8Y View r King Laborers Ballast Regular Machine $59.07 15J lip 8Y View 3 King Laborers Batch Weighman $50.07 15J lip 8Y View a) King Laborers Brick Pavers $59.07 15J lip 8Y View L King Laborers Brush Cutter $59.07 15J lip 8Y View Q King Laborers Brush Hog Feeder $59.07 15J lip 8Y View King Laborers Burner $59.07 15J lip 8Y View a) E King Laborers Caisson Worker $60.90 15J lip 8Y View 5 King Laborers Carpenter Tender $59.07 15J lip 8Y View a King Laborers Cement Dumper-paving $60.15 15J lip 8Y View about:blank Packet Pg. 74 4/5/24,7:50 AM about:blank King Laborers Cement Finisher Tender $59.07 15J 11 P 8Y iew King Laborers Change House Or Dry Shack $59.07 15J 11 P 8Y View King Laborers Chipping Gun (30 Lbs. And $60.15 15J 11 P 8Y View o Over) King Laborers Chipping Gun (Under 30 Lbs.) $59.07 15J 11P 8Y View 0 r King Laborers Choker Setter $59.07 15J lip 8Y View 1 King Laborers Chuck Tender $59.07 15J lip 8Y View King Laborers Clary Power Spreader $60.15 15J lip 8Y View E King Laborers Clean-up Laborer $59.07 15J lip 8Y View �O King Laborers Concrete Dumper/Chute $60.15 15J lip 8Y View _ Operator 3 r King Laborers Concrete Form Stripper $59.07 15J lip 8Y View E King Laborers Concrete Placement Crew $60.15 15J lip 8Y View L King Laborers Concrete Saw Operator/Core $60.15 15J lip 8Y View Driller Q m King Laborers Crusher Feeder $50.07 15J lip 8Y View King Laborers Curing Laborer $59.07 15J lip 8Y View r c King Laborers Demolition: Wrecking Et Moving $59.07 15J lip 8Y View (Incl. Charred Material) M N King Laborers Ditch Digger $59.07 15J lip 8Y View King Laborers Diver $60.90 15J lip 8Y View King Laborers Drill Operator (Hydraulic, $60.15 15J lip 8Y View co 06 Diamond) w King Laborers Dry Stack Walls $59.07 15J lip 8Y View o King Laborers Dump Person $59.07 15J lip 8Y View King Laborers Epoxy Technician $59.07 15J lip 8Y View c King Laborers Erosion Control Worker $59.07 15J lip 8Y View King Laborers Faller Et Bucker Chain Saw $60.15 15J lip 8Y View King Laborers Fine Graders $59.07 15J lip 8Y View King Laborers Firewatch $50.07 15J lip 8Y View v King Laborers Form Setter $60.15 15J lip 8Y View U King Laborers Gabian Basket Builders $59.07 15J lip 8Y View C O King Laborers General Laborer $59.07 15J lip 8Y View N King Laborers Grade Checker Et Transit Person $62.49 15J lip 8Y View 2 King Laborers Grinders $59.07 15J lip 8Y View o King Laborers Grout Machine Tender $59.07 15J lip 8Y View J E King Laborers Groutmen (Pressure) Including $60.15 15J lip 8Y View o Post Tension Beams H z King Laborers Guardrail Erector $59.07 15J lip 8Y View 3 King Laborers Hazardous Waste Worker (Level $60.90 15J lip 8Y View A) a) E King Laborers Hazardous Waste Worker (Level $60.15 15J lip 8Y View B) Q King Laborers Hazardous Waste Worker (Level $59.07 15J lip 8Y View C) E King Laborers High Scaler $60.90 15J lip 8Y View King Laborers Jackhammer $60.15 15J lip 8Y View King Laborers Laserbeam Operator $60.15 15J lip 8Y View Q about:blank I Packet Pg. 75 4/5/24,7:50 AM about:blank King Laborers Maintenance Person $59.07 15J 11 P 8Y iew King Laborers Manhole Builder-Mudman $60.15 15J lip 8Y View King Laborers Material Yard Person $59.07 15J lip 8Y View o King Laborers Mold Abatement Worker $59.07 15J lip 8Y View 0 King Laborers Motorman-Dinky Locomotive $62.59 15J lip 8Y View `2 r N King Laborers nozzleman (concrete pump, $62.49 15J lip 8Y View green cutter when using combination of high pressure E air Et water on concrete Et °' 0 rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster) 3 r King Laborers Pavement Breaker $60.15 15J lip 8Y View E King Laborers Pilot Car $50.07 15J lip 8Y View L King Laborers Pipe Layer (Lead) $62.49 15J lip 8Y View a' Q King Laborers Pipe Layer/Tailor $60.15 15J lip 8Y View King Laborers Pipe Pot Tender $60.15 15J lip 8Y View King Laborers Pipe Reliner $60.15 15J lip 8Y View c King Laborers Pipe Wrapper $60.15 15J lip 8Y View f° King Laborers Pot Tender $59.07 15J lip 8Y View King Laborers Powderman $60.90 15J lip 8Y View '2 King Laborers Powderman's Helper $59.07 15J lip 8Y View N King Laborers Power Jacks $60.15 15J lip 8Y View 08 N King Laborers Railroad Spike Puller - Power $60.15 15J lip 8Y View o 0 King Laborers Raker -Asphalt $62.49 15J lip 8Y View King Laborers Re-timberman $60.90 15J lip 8Y View r King Laborers Remote Equipment Operator $60.15 15J lip 8Y View King Laborers Rigger/Signal Person $60.15 15J lip 8Y View 0- 0 King Laborers Rip Rap Person $59.07 15J lip 8Y View a� King Laborers Rivet Buster $60.15 15J lip 8Y View v King Laborers Rodder $60.15 15J lip 8Y View v King Laborers Scaffold Erector $59.07 15J lip 8Y View King Laborers Scale Person $59.07 15J lip 8Y View King Laborers Sloper (Over 20") $60.15 15J lip 8Y View 0 King Laborers Sloper Sprayer $59.07 15J lip 8Y View 0) King Laborers Spreader (Concrete) $60.15 15J lip 8Y View _0j King Laborers Stake Hopper $59.07 15J lip 8Y View aa)) King Laborers Stock Piler $59.07 15J lip 8Y View 0 z King Laborers Swinging Stage/Boatswain $50.07 15J lip 8Y View 3 Chair c King Laborers Tamper Et Similar Electric, Air $60.15 15J lip 8Y View Et Gas Operated Tools King Laborers Tamper (Multiple Et Self- $60.15 15J lip 8Y View Q propelled) King Laborers Timber Person - Sewer (Lagger, $60.15 15J lip 8Y View (D Shorer Et Cribber) E King Laborers Toolroom Person (at Jobsite) $59.07 15J lip 8Y View r King Laborers Topper $59.07 15J lip 8Y View Q King Laborers Track Laborer $59.07 15J lip 8Y View about:blank I Packet Pg. 76 4/5/24,7:50 AM about:blank King Laborers Track Liner (Power) $60.15 15.1 11 P 8Y iew King Laborers Traffic Control Laborer $53.54 15J 11 P 9C View King Laborers Traffic Control Supervisor $56.73 15.1 11 P 9C View o King Laborers Truck Spotter $59.07 15J 11 P 8Y View 0 King Laborers Tugger Operator $60.15 15J lip 8Y View `2 r N King Laborers Tunnel Work-Compressed Air $175.79 15.1 lip 9B View Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $180.82 15J lip 9B View E Worker 30.01-44.00 psi 0 King Laborers Tunnel Work-Compressed Air $184.50 15J lip 9B View Worker 44.01-54.00 psi 3 r King Laborers Tunnel Work-Compressed Air $190.20 15.1 lip 9B View Worker 54.01-60.00 psi E King Laborers Tunnel Work-Compressed Air $192.32 15J lip 9B View Worker 60.01-64.00 psi a King Laborers Tunnel Work-Compressed Air $197.42 15J lip 9B View Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $199.32 15J lip 9B View c Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $201.32 15J lip 9B View Worker 70.01-72.00 psi ci King Laborers Tunnel Work-Compressed Air $203.32 15.1 lip 9B View Worker 72.01-74.00 psi co 06 King Laborers Tunnel Work-Guage and Lock $62.59 15J lip 8Y View -Ua Tender 0 0 King Laborers Tunnel Work-Miner $62.59 15J lip 8Y View King Laborers Vibrator $60.15 15.1 lip 8Y View King Laborers Vinyl Seamer $59.07 15J 11 P 8Y View 0 King Laborers Watchman $45.51 15.1 lip 8Y View King Laborers Welder $60.15 15J lip 8Y View C a� King Laborers Well Point Laborer $60.15 15J lip 8Y View U King Laborers Window Washer/Cleaner $45.51 15J lip 8Y View 'E U King Laborers - Underground Sewer General Laborer Et Topman $59.07 15J lip 8Y View c Et Water 0 King Laborers - Underground Sewer Pipe Layer $60.15 15J lip 8Y View Et Water v, King Landscape Construction Landscape $45.51 15J lip 8Y View J Construction/Landscaping Or Planting Laborers King Landscape Construction Landscape Operator $82.25 15J 11 G 8X View z King Landscape Maintenance Groundskeeper $17.87 1 View 3 King Lathers Journey Level $75.73 150 11S View a� King Marble Setters Journey Level $69.07 7E 1 N View E a� King Metal Fabrication In Shop). Fitter/Certified Welder $42.17 151 11 E View a� King Metal Fabrication (In Shop). General Laborer $30.07 151 11 E View Q King Metal Fabrication (In Shop). Mechanic $43.63 151 11 E View C a� King Metal Fabrication (In Shop). Welder/Burner $39.28 151 11 E View King Millwright Journey Level $76.51 15J 4C View King Modular Buildings Cabinet Assembly $16.28 1 View a King Modular Buildings Electrician $16.28 1 View about:blank I Packet Pg. 77 4/5/24,7:50 AM about:blank King Modular Buildings Equipment Maintenance $16.28 1 iew King Modular Buildings Plumber $16.28 1 View King Modular Buildings Production Worker $16.28 1 View King Modular Buildings Tool Maintenance $16.28 1 View King Modular Buildings Utility Person $16.28 1 View r King Modular Buildings Welder $16.28 1 View 0 King Painters Journey Level $51.71 6Z 11J View -J King Pile Driver Crew Tender $80.82 15J 4C View m King Pile Driver Journey Level $75.41 15J 4C View �0_ z King Plasterers Journey Level $70.91 7Q 1 R View 3 King Plasterers Nozzleman $74.91 7Q 1 R View m King Playground Et Park Equipment Journey Level $16.28 1 View E Installers m L King Plumbers Et Pipefitters Journey Level $103.19 6Z 1G View a King Power Equipment Operators Asphalt Plant Operators $83.62 15J 11G 8X View c King Power Equipment Operators Assistant Engineer $78.65 15J 11G 8X View a� King Power Equipment Operators Barrier Machine (zipper) $82.88 15J 11G 8X View c King Power Equipment Operators Batch Plant Operator: concrete $82.88 15J 11G 8X View King Power Equipment Operators Boat Operator $83.95 7A 11 H 8X View King Power Equipment Operators Bobcat $78.65 15J 11G 8X View .2 as King Power Equipment Operators Brokk - Remote Demolition $78.65 15J 11G 8X View W Equipment N King Power Equipment Operators Brooms $78.65 15J 11G 8X View o 0 King Power Equipment Operators Bump Cutter $82.88 15J 11G 8X View 0 King Power Equipment Operators Cableways $83.62 15J 11G 8X View r King Power Equipment Operators Chipper $82.88 15J 11G 8X View King Power Equipment Operators Compressor $78.65 15J 11G 8X View Q- 0 King Power Equipment Operators Concrete Finish Machine - $78.65 15J 11G 8X View = ca Laser Screed 2 U King Power Equipment Operators Concrete Pump - Mounted Or $82.25 15J 11G 8X View - Trailer High Pressure Line U Pump, Pump High Pressure = O King Power Equipment Operators Concrete Pump: Truck Mount $83.62 15J 11G 8X View N With Boom Attachment Over 42 2 r M N King Power Equipment Operators Concrete Pump: Truck Mount $82.88 15J 11G 8X View 0 With Boom Attachment Up To E 42m 0 King Power Equipment Operators Conveyors $82.25 15J 11G 8X View ~ King Power Equipment Operators Cranes Friction: 200 tons and $86.48 7A 11 H 8X View 3 over .r c as King Power Equipment Operators Cranes, A-frame: 10 tons and $78.95 7A 11 H 8X View E under L King Power Equipment Operators Cranes: 100 tons through 199 $84.77 7A 11 H 8X View Q tons, or 150' of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 tons through 44 $83.20 7A 11 H 8X View tons with attachments a about:blank Packet Pg. 78 4/5/24,7:50 AM about:blank King Power Equipment Operators Cranes: 200 tons- 299 tons, or $85.66 7A 11 H 8X iew 250' of boom including jib with attachments c King Power Equipment Operators Cranes: 300 tons and over or $86.48 7A 11 H 8X View O 300' of boom including jib with attachments r N King Power Equipment Operators Cranes: 45 tons through 99 $83.95 7A 11 H 8X View o tons, under 150' of _J boom(including jib with E attachments) c King Power Equipment Operators Cranes: Friction cranes through $85.66 7A 11 H 8X View z 199 tons 3 King Power Equipment Operators Cranes: through 19 tons with $82.56 7A 11 H 8X View c attachments, a-frame over 10 E E tons m L King Power Equipment Operators Crusher $82.88 15J 11G 8X View a' Q King Power Equipment Operators Deck Engineer/Deck Winches $82.88 15J 11G 8X View (power) c King Power Equipment Operators Derricks, On Building Work $83.62 15J 11G 8X View ? c King Power Equipment Operators Dozers D-9 & Under $82.25 15J 11G 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck $82.25 15J 11G 8X View v, Or Crane Mount King Power Equipment Operators Drilling Machine $84.46 15J 11G 8X View co King Power Equipment Operators Elevator and man-lift: $78.65 15J 11G 8X View 06 permanent and shaft type King Power Equipment Operators Finishing Machine, Bidwell And $82.88 15J 11G 8X View °o Gamaco It Similar Equipment King Power Equipment Operators Forklift: 3000 lbs and over with $82.25 15J 11G 8X View attachments 7t King Power Equipment Operators Forklifts: under 3000 lbs. with $78.65 15J 11G 8X View a attachments ' c King Power Equipment Operators Grade Engineer: Using Blue $82.88 15J 11G 8X View Prints, Cut Sheets, Etc v King Power Equipment Operators Gradechecker/Stakeman $78.65 15J 11G 8X View King Power Equipment Operators Guardrail Punch $82.88 15J 11G 8X View O King Power Equipment Operators Hard Tail End Dump $83.62 15J 11G 8X View Articulating Off- Road r Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $82.88 15J 11G 8X View � Articulating Off-road aEi Equipment Under 45 Yards o King Power Equipment Operators Horizontal/Directional Drill $82.25 15J 11G 8X View z Locator 3 King Power Equipment Operators Horizontal/Directional Drill $82.88 15J 11G 8X View c Operator E King Power Equipment Operators Hydralifts/Boom Trucks Over $82.56 7A 11 H 8X View L 10 Tons °f Q King Power Equipment Operators Hydralifts/boom trucks: 10 $78.95 7A 11 H 8X View tons and under E King Power Equipment Operators Leverman $85.33 15J 11G 8X View ca King Power Equipment Operators Loader, Overhead, 6 Yards. But $83.62 15J 11G 8X View a Not Including 8 Yards about:blank Packet Pg. 79 4/5/24,7:50 AM about:blank King Power Equipment Operators Loaders, Overhead Under 6 $82.88 15J 11G 8X iew Yards King Power Equipment Operators Loaders, Plant Feed $82.88 15J 11G 8X View c King Power Equipment Operators Loaders: Elevating Type Belt $82.25 15J 11G 8X View O King Power Equipment Operators Locomotives, All $82.88 15J 11G 8X View 0 r King Power Equipment Operators Material Transfer Device $82.88 15J 11G 8X View w King Power Equipment Operators Mechanics: All (Leadmen $84.46 15J 11G 8X View $0.50 per hour over mechanic) E m King Power Equipment Operators Motor Patrol Graders $83.62 15J 11G 8X View 0 King Power Equipment Operators Mucking Machine, Mole, Tunnel $83.62 15J 11G 8X View Drill, Boring, Road Header 3 And/or Shield m King Power Equipment Operators Oil Distributors, Blower $78.65 15J 11G 8X View E Distribution 8t Mulch Seeding m Operator a King Power Equipment Operators Outside Hoists (Elevators and $82.25 15J 11G 8X View Manlifts), Air Tuggers, Strato King Power Equipment Operators Overhead, bridge type Crane: $83.20 7A 11 H 8X View r 20 tons through 44 tons King Power Equipment Operators Overhead, bridge type: 100 $84.77 7A 11 H 8X View tons and over King Power Equipment Operators Overhead, bridge type: 45 tons $83.95 7A 11 H 8X View through 99 tons co King Power Equipment Operators Pavement Breaker $78.65 15J 11G 8X View N King Power Equipment Operators Pile Driver (other Than Crane $82.88 15J 11G 8X View o Mount) O King Power Equipment Operators Plant Oiler -Asphalt, Crusher $82.25 15J 11G 8X View r� King Power Equipment Operators Posthole Digger, Mechanical $78.65 15J 11G 8X View King Power Equipment Operators Power Plant $78.65 15J 11G 8X View King Power Equipment Operators Pumps - Water $78.65 15J 11G 8X View c King Power Equipment Operators Quad 9, Hd 41, D10And Over $83.62 15J 11G 8X View U King Power Equipment Operators Quick Tower: no cab, under $82.88 15J 11G 8X View 100 feet in height base to c) boom O King Power Equipment Operators Remote Control Operator On $83.62 15J 11G 8X View Rubber Tired Earth Moving 2 Equipment King Power Equipment Operators Rigger and Bellman $78.95 7A 11 H 8X View King Power Equipment Operators Rigger/Signal Person, $82.56 7A 11 H 8X View Bellman(Certified) 0 King Power Equipment Operators Rollagon $83.62 15J 11G 8X View r King Power Equipment Operators Roller, Other Than Plant Mix $78.65 15J 11G 8X View 3 King Power Equipment Operators Roller, Plant Mix Or Multi-lift $82.25 15J 11G 8X View a) Materials m King Power Equipment Operators Roto-mill, Roto-grinder $82.88 15J 11G 8X View King Power Equipment Operators Saws - Concrete $82.25 15J 11G 8X View Q King Power Equipment Operators Scraper, Self Propelled Under $82.88 15J 11G 8X View 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $82.25 15J 11G 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 $83.62 15J 11G 8X View a Yards And Over about:blank I Packet Pg. 80 4/5/24,7:50 AM about:blank King Power Equipment Operators Service Engineers: Equipment $82.25 15J 11G 8X iew King Power Equipment Operators Shotcrete/Gunite Equipment $78.65 15J 11G 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, $82.25 15J 11G 8X View o Tractors Under 15 Metric Tons , King Power Equipment Operators Shovel, Excavator, Backhoe: $83.62 15J 11G 8X View Over 30 Metric Tons To 50 w Metric Tons 0 King Power Equipment Operators Shovel, Excavator, Backhoes, $82.88 15J 11G 8X View JE Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $84.46 15J 11G 8X View 0 0 Over 50 Metric Tons To 90 z Y Metric Tons 3 Y King Power Equipment Operators Shovel, Excavator, Backhoes: $85.33 15J 11G 8X View Over 90 Metric Tons m King Power Equipment Operators Slipform Pavers $83.62 15J 11G 8X View a, King Power Equipment Operators Spreader, Topsider Et $83.62 15J 11G 8X View Screedman c King Power Equipment Operators Subgrader Trimmer $82.88 15J 11G 8X View Y King Power Equipment Operators Tower Bucket Elevators $82.25 15J 11G 8X View King Power Equipment Operators Tower Crane: over 175' through $85.66 7A 11 H 8X View 250' in height, base to boom King Power Equipment Operators Tower crane: up to 175' in $84.77 7A 11 H 8X View height base to boom co King Power Equipment Operators Tower Cranes: over 250' in $86.48 7A 11 H 8X View 06 N height from base to boom 0 King Power Equipment Operators Transporters, All Track Or Truck $83.62 15J 11G 8X View ° Type King Power Equipment Operators Trenching Machines $82.25 15J 11G 8X View King Power Equipment Operators Truck Crane Oiler/Driver: 100 $83.20 7A 11 H 8X View a tons and over 0 c King Power Equipment Operators Truck crane oiler/driver: under $82.56 7A 11 H 8X View a� 100 tons v King Power Equipment Operators Truck Mount Portable Conveyor $82.88 15J 11G 8X View v King Power Equipment Operators Vac Truck (Vactor Guzzler, $82.88 15J 11G 8X View � Hydro Excavator) , King Power Equipment Operators Welder $83.62 15J 11G 8X View U King Power Equipment Operators Wheel Tractors, Farman Type $78.65 15J 11G 8X View King Power Equipment Operators Yo Yo Pay Dozer $82.88 15J 11G 8X View King Power Equipment Operators- Asphalt Plant Operators $83.62 15J 11G 8X View Underground Sewer Et Water 0 King Power Equipment Operators- Assistant Engineer $78.65 15J 11G 8X View r Underground Sewer Et Water 3 King Power Equipment Operators- Barrier Machine (zipper) $82.88 15J 11G 8X View Underground Sewer Et Water E King Power Equipment Operators- Batch Plant Operator, Concrete $82.88 15J 11G 8X View Underground Sewer Et Water Q King Power Equipment Operators- Boat Operator $83.95 7A 11 H 8X View c Underground Sewer Et Water E King Power Equipment Operators- Bobcat $78.65 15J 11G 8X View Underground Sewer Et Water a King Power Equipment Operators- Brokk - Remote Demolition $78.65 15J 11G 8X View about:blank I Packet Pg. 81 4/5/24,7:50 AM about:blank Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $82.88 15J 11G 8X View 0 Underground Sewer Et Water King Power Equipment Operators- Cableways $83.62 15J 11G 8X View w Underground Sewer Et Water o King Power Equipment Operators- Chipper $82.88 15J 11G 8X View J Underground Sewer Et Water King Power Equipment Operators- Compressor $78.65 15J 11G 8X View 0 Underground Sewer Et Water King Power Equipment Operators- Concrete Finish Machine - $78.65 15J 11G 8X View 3 Underground Sewer Et Water Laser Screed King Power Equipment Operators- Concrete Pump - Mounted Or $82.25 15J 11G 8X View m Underground Sewer Et Water Trailer High Pressure Line a, Pump, Pump High Pressure a m King Power Equipment Operators- Concrete Pump: Truck Mount $83.62 15J 11G 8X View Underground Sewer Et Water With Boom Attachment Over 42 M c King Power Equipment Operators- Concrete Pump: Truck Mount $82.88 15J 11G 8X View Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $82.25 15J 11G 8X View as Underground Sewer Et Water N King Power Equipment Operators- Cranes Friction: 200 tons and $86.48 7A 11 H 8X View o�S 8 Underground Sewer Et Water over 0 0 King Power Equipment Operators- Cranes, A-frame: 10 tons and $78.95 7A 11 H 8X View 0 Underground Sewer Et Water under r King Power Equipment Operators- Cranes: 100 tons through 199 $84.77 7A 11 H 8X View Underground Sewer Et Water tons, or 150' of boom v (including jib with attachments) a� King Power Equipment Operators- Cranes: 20 tons through 44 $83.20 7A 11 H 8X View v Underground Sewer Et Water tons with attachments King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $85.66 7A 11 H 8X View v Underground Sewer Et Water 250' of boom including jib with p attachments ' King Power Equipment Operators- Cranes: 300 tons and over or $86.48 7A 11 H 8X View t Underground Sewer Et Water 300' of boom including jib with attachments 0 King Power Equipment Operators- Cranes: 45 tons through 99 $83.95 7A 11 H 8X View E a� Underground Sewer Et Water tons, under 150' of 0 boom(including jib with z attachments) 3 King Power Equipment Operators- Cranes: Friction cranes through $85.66 7A 11 H 8X View c Underground Sewer Et Water 199 tons E King Power Equipment Operators- Cranes: through 19 tons with $82.56 7A 11 H 8X View L Underground Sewer Et Water attachments, a-frame over 10 tons Q King Power Equipment Operators- Crusher $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/Deck Winches $82.88 15J 11G 8X View Underground Sewer Et Water (power) a about:blank Packet Pg. 82 4/5/24,7:50 AM about:blank King Power Equipment Operators- Derricks, On Building Work $83.62 15J 11G 8X iew Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $82.25 15J 11G 8X View c Underground Sewer Et Water O King Power Equipment Operators- Drill Oilers: Auger Type, Truck $82.25 15J 11G 8X View N Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $84.46 15J 11G 8X View c Underground Sewer Et Water J E King Power Equipment Operators- Elevator and man-lift: $78.65 15J 11G 8X View Underground Sewer Et Water permanent and shaft type 0 King Power Equipment Operators- Finishing Machine, Bidwell And $82.88 15J 11G 8X View Underground Sewer Et Water Gamaco Et Similar Equipment 3 r King Power Equipment Operators- Forklift: 3000 lbs and over with $82.25 15J 11G 8X View Underground Sewer Et Water attachments m King Power Equipment Operators- Forklifts: under 3000 lbs. with $78.65 15J 11G 8X View a, Underground Sewer Et Water attachments Q m King Power Equipment Operators- Grade Engineer: Using Blue $82.88 15J 11G 8X View c Underground Sewer Et Water Prints, Cut Sheets, Etc c as King Power Equipment Operators- Gradechecker/Stakeman $78.65 15J 11G 8X View c Underground Sewer Et Water f° King Power Equipment Operators- Guardrail Punch $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $83.62 15J 11G 8X View Underground Sewer Et Water Articulating Off- Road Ca Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $82.88 15J 11G 8X View o Underground Sewer Et Water Articulating Off-road O Equipment Under 45 Yards r King Power Equipment Operators- Horizontal/Directional Drill $82.25 15J 11G 8X View Underground Sewer Et Water Locator a King Power Equipment Operators- Horizontal/Directional Drill $82.88 15J 11G 8X View Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/boom trucks: 10 $78.95 7A 11 H 8X View v Underground Sewer Et Water tons and under v King Power Equipment Operators- Hydralifts/boom trucks: over $82.56 7A 11 H 8X View Underground Sewer Et Water 10 tons , King Power Equipment Operators- Leverman $85.33 15J 11G 8X View Underground Sewer Et WaterMA 0) King Power Equipment Operators- Loader, Overhead, 6 Yards. But $83.62 15J 11G 8X View G J Underground Sewer Et Water Not Including 8 Yards E Kin Power E ui ment 0 erators- Loaders Overhead Under 6 $82.88 15J 11G 8X View °' g q_P p o Underground Sewer Et Water Yards z King Power Equipment Operators- Loaders, Plant Feed $82.88 15J 11G 8X View 3 Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $82.25 15J 11G 8X View Underground Sewer Et Water m L King Power Equipment Operators- Locomotives, All $82.88 15J 11G 8X View °f Q Underground Sewer Et Water c King Power Equipment Operators- Material Transfer Device $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Mechanics: All (Leadmen - $84.46 15J 11G 8X View Underground Sewer Et Water $0.50 per hour over mechanic) Q about:blank I Packet Pg. 83 4/5/24,7:50 AM about:blank King Power Equipment Operators- Motor Patrol Graders $83.62 15J 11G 8X iew Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $83.62 15J 11G 8X View c Underground Sewer Et Water Drill, Boring, Road Header O And/or Shield King Power Equipment Operators- Oil Distributors, Blower $78.65 15J 11G 8X View r N Underground Sewer Et Water Distribution Et Mulch Seeding o Operator King Power Equipment Operators- Outside Hoists (Elevators and $82.25 15J 11G 8X View E Underground Sewer Et Water Manlifts), Air Tuggers, Strato 0 King Power Equipment Operators- Overhead, bridge type Crane: $83.20 7A 11 H 8X View _ Underground Sewer Et Water 20 tons through 44 tons 3 r King Power Equipment Operators- Overhead, bridge type: 100 $84.77 7A 11 H 8X View Underground Sewer Et Water tons and over E King Power Equipment Operators- Overhead, bridge type: 45 tons $83.95 7A 11 H 8X View T Underground Sewer Et Water through 99 tons a King Power Equipment Operators- Pavement Breaker $78.65 15J 11G 8X View Underground Sewer Et Water c King Power Equipment Operators- Pile Driver (other Than Crane $82.88 15J 11G 8X View Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler -Asphalt, Crusher $82.25 15J 11G 8X View v, Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $78.65 15J 11G 8X View Underground Sewer Et Water N 08 King Power Equipment Operators- Power Plant $78.65 15J 11G 8X View Underground Sewer Et Water °o King Power Equipment Operators- Pumps - Water $78.65 15J 11G 8X View O Underground Sewer Et Water r King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $83.62 15J 11G 8X View Underground Sewer Et Water a King Power Equipment Operators- Quick Tower: no cab, under $82.88 15J 11G 8X View c Underground Sewer Et Water 100 feet in height base to boom c� King Power Equipment Operators- Remote Control Operator On $83.62 15J 11G 8X View v Underground Sewer Et Water Rubber Tired Earth Moving Equipment O King Power Equipment Operators- Rigger and Bellman $78.95 7A 11 H 8X View Underground Sewer Et Water . , King Power Equipment Operators- Rigger/Signal Person, $82.56 7A 11 H 8X View c Underground Sewer Et Water Bellman(Certified) J E King Power Equipment Operators- Rollagon $83.62 15J 11G 8X View Underground Sewer Et Water 0 King Power Equipment Operators- Roller, Other Than Plant Mix $78.65 15J 11G 8X View Underground Sewer Et Water 3 c King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $82.25 15J 11G 8X View Underground Sewer Et Water Materials m King Power Equipment Operators- Roto-mill, Roto-grinder $82.88 15J 11G 8X View Q Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $82.25 15J 11G 8X View Underground Sewer Et Water E King Power Equipment Operators- Scraper, Self Propelled Under $82.88 15J 11G 8X View r Underground Sewer Et Water 45 Yards a about:blank Packet Pg. 84 4/5/24,7:50 AM about:blank King Power Equipment Operators- Scrapers - Concrete Et Carry All $82.25 15.1 11G 8X iew Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $83.62 15J 11G 8X View c Underground Sewer Et Water Yards And Over O King Power Equipment Operators- Shotcrete/Gunite Equipment $78.65 15.1 11G 8X View N Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoe, $82.25 15J 11G 8X View c Underground Sewer Et Water Tractors Under 15 Metric Tons J King Power Equipment Operators- Shovel, Excavator, Backhoe: $83.62 15J 11G 8X View Underground Sewer Et Water Over 30 Metric Tons To 50 0 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $82.88 15.1 11G 8X View 3 r Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $84.46 15J 11G 8X View m Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons Q King Power Equipment Operators- Shovel, Excavator, Backhoes: $85.33 15J 11G 8X View Underground Sewer Et Water Over 90 Metric Tons c King Power Equipment Operators- Slipform Pavers $83.62 15.1 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $83.62 15J 11G 8X View v, Underground Sewer Et Water Screedman King Power Equipment Operators- Subgrader Trimmer $82.88 15.1 11G 8X View Underground Sewer Et Water N Ca King Power Equipment Operators- Tower Bucket Elevators $82.25 15.1 11G 8X View Underground Sewer Et Water °o King Power Equipment Operators- Tower Crane: over 175' through $85.66 7A 11 H 8X View O Underground Sewer Et Water 250' in height, base to boom r King Power Equipment Operators- Tower crane: up to 175' in $84.77 7A 11 H 8X View Underground Sewer Et Water height base to boom a King Power Equipment Operators- Tower Cranes: over 250' in $86.48 7A 11 H 8X View Underground Sewer Et Water height from base to boom King Power Equipment Operators- Transporters, All Track Or Truck $83.62 15J 11G 8X View v Underground Sewer Et Water Type v King Power Equipment Operators- Trenching Machines $82.25 15.1 11G 8X View Underground Sewer Et Water , King Power Equipment Operators- Truck Crane Oiler/Driver: 100 $83.20 7A 11 H 8X View Underground Sewer Et Water tons and overMA 0) King Power Equipment Operators- Truck crane oiler/driver: under $82.56 7A 11 H 8X View G J Underground Sewer Et Water 100 tons E Kin Power E ui ment 0 erators- Truck Mount Portable Conveyor $82.88 15J 11G 8X View °' g q_p p Y o Underground Sewer Et Water z King Power Equipment Operators- Vac Truck (Vactor Guzzler, $82.88 15J 11G 8X View 3 Underground Sewer Et Water Hydro Excavator) King Power Equipment Operators- Welder $83.62 15J 11G 8X View Underground Sewer Et Water L King Power Equipment Operators- Wheel Tractors, Farmall Type $78.65 15J 11G 8X View °f Q Underground Sewer Et Water c King Power Equipment Operators- Yo Yo Pay Dozer $82.88 15J 11G 8X View Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $57.22 5A 4A View Trimmers Q about:blank Packet Pg. 85 4/5/24,7:50 AM about:blank King Power Line Clearance Tree Spray Person $54.32 5A 4A iew Trimmers King Power Line Clearance Tree Tree Equipment Operator $57.22 5A 4A View c Trimmers O King Power Line Clearance Tree Tree Trimmer $51.18 5A 4A View Trimmers r N King Power Line Clearance Tree Tree Trimmer Groundperson $38.99 5A 4A View c Trimmers J E King Refrigeration Et Air Conditioning Journey Level $95.89 6Z 1G View Mechanics King Residential Brick Mason Journey Level $69.07 7E 1 N View King Residential Carpenters Journey Level $36.44 1 View King Residential Cement Masons Journey Level $46.64 1 View E King Residential Drywall Applicators Journey Level $74.96 15J 4C View i King Residential Drywall Tapers Journey Level $36.36 1 View a King Residential Electricians Journey Level $48.80 1 View King Residential Glaziers Journey Level $28.93 1 View c a� King Residential Insulation Journey Level $28.18 1 View c_ Applicators f° King Residential Laborers Journey Level $29.73 1 View King Residential Marble Setters Journey Level $27.38 1 View King Residential Painters Journey Level $23.47 1 View N King Residential Plumbers Et Journey Level $45.40 1 View °a N Pipefitters o King Residential Refrigeration Et Air Journey Level $96.42 7F 1 E View 0 Conditioning Mechanics King Residential Sheet Metal Journey Level $96.42 7F 1 E View o Workers King Residential Soft Floor Lavers Journey Level $57.11 5A 3J View 3 King Residential Sprinkler Fitters Journey Level $63.61 1 View .(Fire Protection), v King Residential Stone Masons Journey Level $69.07 7E 1 N View 'E U King Residential Terrazzo Workers Journey Level $62.36 7E 1 N View c O King Residential Terrazzo/Tile Journey Level $24.39 1 View Finishers King Residential Tile Setters Journey Level $21.04 1 View An King Roofers Journey Level $64.45 5A 3H View 0 King Roofers Using Irritable Bituminous $67.39 5A 3H View E a� Materials o King Sheet Metal Workers Journey Level (Field or Shop) $96.42 7F 1 E View r King Shipbuilding Et Ship Repair New Construction Boilermaker $51.85 7X 4J View 3 King Shipbuilding Et Ship Repair New Construction Carpenter $51.85 7X 4-1View King Shipbuilding Et Ship Repair New Construction Crane $43.16 7V 1 View m Operator King Shipbuilding Et Ship Repair New Construction Electrician $51.85 7X 4J View Q King Shipbuilding Et Ship Repair New Construction Heat Et Frost $87.15 15H 11C View Insulator King Shipbuilding Et Ship Repair New Construction Laborer $51.85 7X 4J View King Shipbuilding Et Ship Repair New Construction Machinist $51.85 7X 4J View a about:blank I Packet Pg. 86 4/5/24,7:50 AM about:blank King Shipbuilding Et Ship Repair New Construction Operating $43.16 7V 1 iew Engineer King Shipbuilding Et Ship Repair New Construction Painter $51.95 7X 4J View c King Shipbuilding Et Ship Repair New Construction Pipefitter $51.85 7X 4J View 0 King Shipbuilding Et Ship Repair New Construction Rigger $51.85 7X 4J View 0 r King Shipbuilding Et Ship Repair New Construction Sheet Metal $51.85 7X 4J View 1 King Shipbuilding Et Ship Repair New Construction Shipwright $51.85 7X 4J View � King Shipbuilding Et Ship Repair New Construction $43.16 7V 1 View E Warehouse/Teamster o King Shipbuilding Et Ship Repair New Construction Welder / $51.85 7X 4J View Burner 3 Y King Shipbuilding Et Ship Repair Ship Repair Boilermaker $51.85 7X 4.1 View King Shipbuilding Et Ship Repair Ship Repair Carpenter $51.85 7X 4J View E L King Shipbuilding Et Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View a, a King Shipbuilding Et Ship Repair Ship Repair Electrician $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost $87.15 15H 11C View Insulator as Y King Shipbuilding Et Ship Repair Ship Repair Laborer $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Machinist $51.85 7X 4J View N King Shipbuilding Et Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Painter $51.95 7X 4.1 View King Shipbuilding Et Ship Repair Ship Repair Pipefitter $51.85 7X 4J View co o�S King Shipbuilding Et Ship Repair Ship Repair Rigger $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $51.85 7X 4J View 0 King Shipbuilding Et Ship Repair Ship Repair Shipwright $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Warehouse / $45.06 7Y 4K View c Teamster King Sign Makers Et Installers Journey Level $58.04 0 1 View .(Electrical). a� King Sign Makers Et Installers (Non- Journey Level $37.08 0 1 View v Electrical), - �a King Soft Floor Layers Journey Level $66.32 15.1 4C View v c King Solar Controls For Windows Journey Level $16.28 1 View 0 King Sprinkler Fitters (Fire Journey Level $95.49 5C 1X View Protection), v, King Stage Rigging Mechanics (Non Journey Level $16.28 1 View J Structural), E King Stone Masons Journey Level $69.07 7E 1 N View o King Street And Parking Lot Sweeper Journey Level $19.09 1 View ~ Workers += 3 King Surveyors Assistant Construction Site $82.56 7A 11 H 8X View Surveyor E King Surveyors Chainman $78.95 7A 11 H 8X View L King Surveyors Construction Site Surveyor $83.95 7A 11 H 8X View Q King Surveyors Drone Operator (when used in $78.95 7A 11 H 8X View conjunction with survey work only) King Surveyors Ground Penetrating Radar $78.95 7A 11 H 8X View a Operator King Telecommunication Technicians Journey Level $65.66 7E 1 E View about:blank I Packet Pg. 87 4/5/24,7:50 AM about:blank King Telephone Line Construction - Cable Splicer $40.36 5A 2B iew Outside King Telephone Line Construction - Hole Digger/Ground Person $26.92 5A 2B View c Outside O King Telephone Line Construction - Telephone Equipment Operator $33.74 5A 2B View Outside (Light) w King Telephone Line Construction - Telephone Lineperson $38.15 5A 2B View c Outside J King Terrazzo Workers Journey Level $62.36 7E 1 N View m O King Tile Setters Journey Level $62.36 7E 1 N View z King Tile, Marble Et Terrazzo Finisher $53.19 7E 1 N View 3 Finishers r c King Traffic Control Stripers Journey Level $89.54 15L 1K View E King Truck Drivers Asphalt Mix Over 16 Yards $74.95 15.1 11M 8L View i King Truck Drivers Asphalt Mix To 16 Yards $74.02 15J 11M 8L View a King Truck Drivers Dump Truck $74.02 15.1 11M 8L View King Truck Drivers Dump Truck Et Trailer $74.95 15J 11M 8L View c a� King Truck Drivers Other Trucks $74.95 15J 11M 8L View c King Truck Drivers - Ready Mix Transit Mix $74.95 15.1 11M 8L View King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 View a) Installers King Well Drillers Et Irrigation Pump Oiler $16.28 1 View in Installers 08 King Well Drillers Et Irrigation Pump Well Driller $18.00 1 View o Installers 0 r O Q 7 C fC N U �a U c O r O J E N r O H t 3 c as E CD m L Q E V Q about:blank Packet Pg. 88 8.E • KENT W A S M I N G T O N DATE: July 2, 2024 TO: Kent City Council SUBJECT: Goods & Services Maintenance Agreement with Totem Logistics for Litter Clean-up - Authorize MOTION: I move to authorize the Mayor to sign the Goods and Services Maintenance Agreement with Totem Logistics, Inc., for litter clean-up services, subject to final terms and conditions acceptable to the Public Works Director and City Attorney. SUMMARY: Unsightly litter accrual on City right-of-way continues to be of concern in the City. The growing number of encampment and unauthorized dumping cleanups are consuming a large amount of the City's solid waste staff resources and removing them from regular litter cleanup duties. In April, the City advertised a Request for Proposals for a right-of-way litter removal and disposal contractor. After evaluating all proposals received, Totem Logistics, Inc. is recommended to perform the work. This agreement will be in effect until December 31, 2026, for an amount not to exceed $760,000. Hiring a contractor to provide litter removal and disposal of at least ten identified City-owned right-of-way locations twice a month through 2026 will result in a cleaner Kent and allow staff to continue working on other high priority areas. BUDGET IMPACT: The contract will be funded by the American Rescue Plan Act. No budget adjustment is required. SUPPORTS STRATEGIC PLAN GOAL: Innovative Government - Delivering outstanding customer service, developing leaders, and fostering innovation. Thriving City - Creating safe neighborhoods, healthy people, vibrant commercial districts, and inviting parks and recreation. ATTACHMENTS: 1. Agreement with Totem Logistics - ROW Litter Clean-up (PDF) Packet Pg. 89 8.E 06/18/24 Committee of the Whole MOTION PASSES RESULT: MOTION PASSES [UNANIMOUS]Next: 7/2/2024 7:00 PM MOVER: Brenda Fincher, Councilmember SECONDER: Toni Troutner, Councilmember AYES: Kaur, Boyce, Boyd, Fincher, Larimer, Michaud, Troutner Packet Pg. 90 8.E.a KENT ,0 GOODS & SERVICES MAINTENANCE AGREEMENT between the City of Kent and Totem Logistics, Inc. O THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Totem Logistics, Inc. organized under the laws of the State of Washington, 3 located and doing business at 308 Clay Street NW, Auburn, WA 98001, Phone: (501) 332-1231, Contact: c David Scott Page (hereinafter the "Vendor"). E a� m AGREEMENT Q m I. DESCRIPTION OF WORK. c The Vendor shall provide the following goods and materials and/or perform the following c maintenance services for the City: as U The Vendor shall provide right-of-way (ROW) litter removal and disposal of general garbage and other waste along City-owned ROW routes. For a description, please see the Vendor's U) Scope of Work, attached as Exhibit A and incorporated by this reference. 06 N O O 00 T_ O The Vendor acknowledges and understands that it is not the City's exclusive provider of these goods, materials, or maintenance services and that the City maintains its unqualified right to obtain these goods, materials, and services through other sources. U L II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in r Section I above within 3 working days after the City issues its Notice to Proceed. Upon the effective date —J of this Agreement, all physical work shall thereafter be completed by December 31, 2026. The term of O this Agreement shall continue until all work has been completed, final acceptance has occurred, and all W Contractor obligations have been fulfilled. r III. COMPENSATION. The City shall pay the Vendor an amount not to exceed Seven Hundred Sixty Thousand Dollars ($760,000), including applicable Washington State Sales Tax, for the goods, J materials, and maintenance services contemplated in this Agreement. The City shall pay the Vendor the E following amounts according to the following schedule: o Vendor shall submit a single invoice upon completion of each task order. Invoices shall 3 include date(s) and location(s) of work performed. E a� a� L Q Card Payment Program. The Vendor may elect to participate in automated credit card payments E provided for by the City and its financial institution. This Program is provided as an alternative to payment 5 GOODS & SERVICES MAINTENANCE AGREEMENT - 1 Q (Over$20,000.00, including WSST) Packet Pg. 91 8.E.a by check and is available for the convenience of the Vendor. If the Vendor voluntarily participates in this Program, the Vendor will be solely responsible for any fees imposed by financial institutions or credit card L companies. The Vendor shall not charge those fees back to the City. ,0 If the City objects to all or any portion of an invoice, it shall notify the Vendor and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately 'a) make every effort to settle the disputed portion. � E a, A. Defective or Unauthorized Work. The City reserves its right to withhold payment from the o Vendor for any defective or unauthorized goods, materials or services. If the Vendor is ~ unable, for any reason, to complete any part of this Agreement, the City may obtain the goods, materials or services from other sources, and the Vendor shall be liable to the City 3 for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum E Agreement price specified above. The City further reserves its right to deduct these additional costs incurred to complete this Agreement with other sources, from any and all Q amounts due or to become due the Vendor. m U c B. Final Payment: Waiver of Claims. VENDOR'S ACCEPTANCE OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE S AND IDENTIFIED BY VENDOR AS UNSETTLED AT THE TIME REQUEST FOR FINAL PAYMENT IS MADE. a� U IV. PREVAILING WAGES. The Vendor shall file a "Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract U) work. The Vendor shall pay prevailing wages in effect on the date the bid is accepted or executed by the 6 Vendor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other o applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the c0 Department of Labor and Industries is attached. 00 V. 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 a accordance with Ch. 51.08 RCW, the parties make the following representations: ? c A. The Vendor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. r r B. The Vendor maintains and pays for its own place of business from which the Vendor's -J services under this Agreement will be performed. p W C. The Vendor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City r retained the Vendor's services, or the Vendor is engaged in an independently a, established trade, occupation, profession, or business of the same nature as that 0 involved under this Agreement. E a� r D. The Vendor is responsible for filing as they become due all necessary tax documents �0- with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. 3 c as E. The Vendor has registered its business and established an account with the state E Department of Revenue and other state agencies as may be required by the Vendor's Iv business, and has obtained a Unified Business Identifier (UBI) number from the Q State of Washington. c a� F. The Vendor maintains a set of books dedicated to the expenses and earnings of its E business. �a a GOODS & SERVICES MAINTENANCE AGREEMENT - 2 (Over$20,000.00, including WSST) Packet Pg. 92 8.E.a VI. 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 L this Agreement. 0 VII. CHANGES. The City may issue a written change order for any change in the goods, materials or services to be provided during the performance of this Agreement. If the Vendor determines, o for any reason, that a change order is necessary, the Vendor must submit a written change order request J to the person listed in the notice provision section of this Agreement, Section XVI(D), within fourteen (14) E calendar days of the date the Vendor knew or should have known of the facts and events giving rise to the o requested change. If the City determines that the change increases or decreases the Vendor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to 3 reach agreement with the Vendor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Vendor shall proceed E with the change order work upon receiving either a written change order from the City or an oral order E from the City before actually receiving the written change order. If the Vendor fails to require a change a� order within the time allowed, the Vendor waives its right to make any claim or submit subsequent change Q order requests for that portion of the contract work. If the Vendor disagrees with the equitable adjustment, the Vendor must complete the change order work; however, the Vendor may elect to protest the adjustment as provided in subsections A through E of Section IX, Claims, below. r c The Vendor 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 Vendor as provided in this section shall constitute full payment and final settlement of all claims for .0 contract time and for direct, indirect and consequential costs, including costs of delays related to any � work, either covered or affected by the change. U) 06 0 VIII. FORCE MAJEURE. Neither party shall be liable to the other for breach due to delay or failure in performance resulting from acts of God, acts of war or of the public enemy, riots, pandemic, fire, 00 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 °r° 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 0- 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. L W If any future performance is prevented or delayed by a force majeure event, the party whose r performance is prevented or delayed shall promptly notify the other party of the existence and nature of J the force majeure event causing the prevention or delay in performance. Any excuse from liability shall be p 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 2 obligation. 0, 0 J Notwithstanding other provisions of this section, the Vendor shall not be entitled to, and the City E shall not be liable for, the payment of any part of the contract price during a force majeure event, or any o costs, losses, expenses, damages, or delay costs incurred by the Vendor due to a force majeure event. 1�- Performance that is more costly due to a force majeure event is not included within the scope of this Force Majeure provision. 3 c as If a force majeure event occurs, the City may direct the Vendor to restart any work or E performance that may have ceased, to change the work, or to take other action to secure the work or the ;v project site during the force majeure event. The cost to restart, change, or secure the work or project site Q arising from a direction by the City under this clause will be dealt with as a change order, except to the extent that the loss or damage has been caused or exacerbated by the failure of the Vendor to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be E borne by the Vendor. a GOODS & SERVICES MAINTENANCE AGREEMENT - 3 (Over$20,000.00, including WSST) Packet Pg. 93 8.E.a IX. CLAIMS. If the Vendor 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 L by the City, the Vendor may file a claim as provided in this section. The Vendor shall give written notice to 0 the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the 0 claims, or within fourteen (14) calendar days of the date the Vendor knew or should have known of the 0 facts or events giving rise to the claim, whichever occurs first. Any claim for damages, additional payment 'FM for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Vendor unless a timely written claim is made in strict accordance with E the applicable provisions of this Agreement. o At a minimum, a Vendor's written claim shall include the information set forth in subsections A, ' items 1 through 5 below. as FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ;v ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED Q BY THAT DELAY. c A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Vendor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; a� 4. The estimated dollar cost, if any, of the claimed work and how that estimate U) was determined; and 06 N 5. An analysis of the progress schedule showing the schedule change or o disruption if the Vendor is asserting a schedule change or disruption. 0 B. Records. The Vendor shall keep complete records of extra costs and time incurred as a 00 result of the asserted events giving rise to the claim. The City shall have access to any of the Vendor's records needed for evaluating the protest. a The City will evaluate all claims, provided the procedures in this section are followed. If the v 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. r r C. Vendor's Duty to Complete Protested Work. In spite of any claim, the Vendor shall proceed -J promptly to provide the goods, materials and services required by the City under this p Agreement. u� D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Vendor also waives any additional entitlement and accepts from the City any written or oral order •LA (including directions, instructions, interpretations, and determination). 0 E E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this o section, the Vendor completely waives any claims for protested work and accepts from the � City any written or oral order (including directions, instructions, interpretations, and determination). 3 c as X. LIMITATION OF ACTIONS. VENDOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING E FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE ;v CONTRACT WORK IS COMPLETE OR VENDOR'S ABILITY TO FILE THAT SUIT SHALL BE FOREVER BARRED. Q THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. c a� XI. WARRANTY. The Vendor warrants that it will faithfully and satisfactorily perform all work E provided under this Agreement in accordance with the provisions of this Agreement. In addition to any other warranty provided for at law or herein, this Agreement is additionally subject to all warranty a GOODS & SERVICES MAINTENANCE AGREEMENT - 4 (Over$20,000.00, including WSST) Packet Pg. 94 8.E.a provisions established under the Uniform Commercial Code, Title 62A, Revised Code of Washington. The Vendor warrants goods are merchantable, are fit for the particular purpose for which they were obtained, L and will perform in accordance with their specifications and Vendor's representations to City. The Vendor ,0- shall promptly correct all defects in workmanship and materials: (1) when the Vendor knows or should 0 have known of the defect, or (2) upon the Vendor's receipt of notification from the City of the existence or discovery of the defect. In the event any part of the goods are repaired, only original replacement parts 'o shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for J that portion of the work shall extend for an additional year beyond the original warranty period applicable E to the overall work. The Vendor shall begin to correct any defects within seven (7) calendar days of its o receipt of notice from the City of the defect. If the Vendor does not accomplish the corrections within a ~ reasonable time as determined by the City, the City may complete the corrections and the Vendor shall 3 pay all costs incurred by the City in order to accomplish the correction. as XII. DISCRIMINATION. In the hiring of employees for the performance of work under this aEi Agreement or any sub-contract, the Vendor, its sub-contractors, or any person acting on behalf of the Vendor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national Q origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who Wu is qualified and available to perform the work to which the employment relates. The Vendor shall execute 'M the attached City of Kent Non-Discrimination Policy Declaration and comply with City Administrative Policy 1.2. XIII. INDEMNIFICATION. The Vendor shall defend, indemnify and hold the City, its officers, a officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or .V suits, including all legal costs and attorney fees, arising out of or in connection with the Vendor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's u) negligence. 06 N The City's inspection or acceptance of any of the Vendor's work when completed shall not be 00 grounds to avoid any of these covenants of indemnification. 00 IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION CD PROVIDED HEREIN CONSTITUTES THE VENDOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL a INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES ? FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. R m U In the event the Vendor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having r jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Vendor's part, then the -J Vendor 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 on the Vendor's part. r The provisions of this section shall survive the expiration or termination of this Agreement. a, 0 J XIV. INSURANCE. The Vendor shall procure and maintain for the duration of the Agreement, E insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. 0 XV. WORK PERFORMED AT VENDOR'S RISK. The Vendor shall take all necessary precautions 3 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 E Vendor's own risk, and the Vendor shall be responsible for any loss of or damage to materials, tools, or ;v other articles used or held for use in connection with the work. Q c a� E ca Q GOODS & SERVICES MAINTENANCE AGREEMENT - 5 (Over$20,000.00, including WSST) Packet Pg. 95 8.E.a XVI. MISCELLANEOUS PROVISIONS. L A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its 0 contractors and consultants to use recycled and recyclable products whenever practicable. A price 0 preference may be available for any designated recycled product. , 0) B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the _0J covenants and agreements contained in this Agreement, or to exercise any option conferred by this E Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those o 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 E 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 a writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the 01 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 r award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's .a right to indemnification under Section XIII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at .0as the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written a� notice hereunder shall become effective three (3) business days after the date of mailing by registered or U) certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this 6 Agreement or such other address as may be hereafter specified in writing. o 0 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, °r° the terms of this Agreement shall continue in full force and effect and no further assignment shall be c" made without additional written consent. a 0 F. Modification. No waiver, alteration, or modification of any of the provisions of this v Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and the Vendor. a� r r G. Entire Agreement. The written provisions and terms of this Agreement, together with any J Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative p 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 r language contained in this Agreement, the terms of this Agreement shall prevail. 0) 0 J H. Compliance with Laws. The Vendor agrees to comply with all federal, state, and municipal E laws, rules, and regulations that are now effective or in the future become applicable to the Vendor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of 0 the performance of those operations. 3 I. Public Records Act. The Vendor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, E emails, and other records prepared or gathered by the Vendor in its performance of this Agreement may ;v be subject to public review and disclosure, even if those records are not produced to or possessed by the Q City of Kent. As such, the Vendor agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. ca a GOODS & SERVICES MAINTENANCE AGREEMENT - 6 (Over$20,000.00, including WSST) Packet Pg. 96 8.E.a J. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of L the Kent City Code. ,0 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 o 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 aEi bearing the original signature was received in person. o IN WITNESS, the parties below execute this Agreement, which shall become effective on = the last date entered below. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed E to have applied. m L VENDOR: CITY OF KENT: Q m U c By: By: Print Name: Print Name: Dana Ralph a� Its Its Mayor a� DATE: DATE: U) 06 N O NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: O VENDOR: CITY OF KENT: °r° 0 David Scott Page Chad Bieren, P.E. a Totem Logistics, Inc. City of Kent ' 308 Clay Street NW 220 Fourth Avenue South Auburn, WA 98001 Kent, WA 98032 v L (501) 332-1231 (telephone) (253) 856-5500 (telephone) J spage@pacbell.net (email) PublicWorks@KentWa.gov (email) -j O APPROVED AS TO FORM: u� r Kent Law Department E a� r ATTEST: t° 3 c as Kent City Clerk E d L Q E V Q GOODS & SERVICES MAINTENANCE AGREEMENT - 7 (Over$20,000.00, including WSST) Packet Pg. 97 8.E.a DECLARATION L CITY OF KENT NON-DISCRIMINATION POLICY ° r The City of Kent (City) is committed to conform to Federal and State laws regarding equal J opportunity. As such all contractors, subcontractors, consultants, vendors, and suppliers who E perform work with relation to this Agreement shall comply with the regulations of the City's o 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. 0 252), (prohibits discrimination on the basis of race, color, national origin); Q a� • 49 C.F.R. Part 21 (entitled Non-discrimination In Federally-Assisted Programs c Of The Department Of Transportation-Effectuation Of Title VI Of The Civil Rights Act Of 1964); c • 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). W • Ch. 49.60 RCW (Washington Law Against Discrimination) U) 06 N O The preceding statutory and regulatory cites hereinafter are referred to as "the Acts and 0 Regulations". 00 0 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 L) 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. J 3-1 The statements are as follows: 0 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 J sex, race, color, national origin, age, or the presence of all sensory, mental or physical E disability. O 3. During the time of this Agreement I, the prime contractor, will provide a written 3 statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. a) N 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and Q promotion of women and minorities. c a� 5. During the performance of this contract, the contractor, for itself, its assignees, and E successors in interest (hereinafter referred to as the "contractor") agrees as follows: a EEO COMPLIANCE DOCUMENTS - 1 of 5 Packet Pg. 98 8.E.a A. Compliance with Regulations: The contractor, subcontractor, consultant, vendor, and supplier (hereinafter "Contractor") will comply with all Acts and the L Regulations relative to non-discrimination, including those applicable to Federally- 4- 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 J may be amended from time to time, which are herein incorporated by reference E and made a part of this contract. o B. Non-discrimination: The contractor, with regard to the work performed by it 3 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 CD indirectly in the discrimination prohibited by the Acts and the Regulations, including C employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. c as C. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made 2M by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or •2 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 06 grounds of race, color, or national origin. 0 0 0 D. Information and Reports: The contractor will provide all information and reports required by the Acts and Regulations and directives issued pursuant thereto and will00 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 L) L 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 w 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 N sanctions as it or the Washington State Department of Transportation may o determine to be appropriate, including, but not limited to: J E a� a. withholding payments to the contractor under the contract until the 0 contractor complies; and/or b. cancelling, terminating, or suspending a contract, in whole or in part. 3 c a� F. Incorporation of Provisions: The contractor will include the provisions of E paragraphs (A) through (F) above in every subcontract, including procurements of ;v materials and leases of equipment, unless exempt by the Acts and Regulations and Q directives issued pursuant thereto. The contractor will take action with respect to r_ any subcontract or procurement as the City or the Washington State Department of E Transportation may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, a or is threatened with litigation by a subcontractor, or supplier because of such EEO COMPLIANCE DOCUMENTS - 2 of 5 Packet Pg. 99 8.E.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 L to enter into the litigation to protect the interests of the United States. 4° 6. During the performance of this contract, the contractor, for itself, its assignees, and T successors in interest agrees to comply with the following non-discrimination statutes and J authorities; including but not limited to: E a� 0 Pertinent Non-Discrimination Authorities: 3 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 L Part 21. Q 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; 06 0 V. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), o (prohibits discrimination on the basis of age); 0 vi. Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as co amended, (prohibits discrimination based on race, creed, color, national origin, or C11 sex); a 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 J 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 N transportation systems, places of public accommodation, and certain testing entities c (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation J regulations at 49 C.F.R. parts 37 and 38; o 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 3 sex); X. Executive Order 12898, Federal Actions to Address Environmental Justice in E Minority Populations and Low-Income Populations, which ensures Non- discrimination against minority populations by discouraging programs, policies, and Q 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 20 English Proficiency, and resulting agency guidance, national origin discrimination a EEO COMPLIANCE DOCUMENTS - 3 of 5 Packet Pg. 100 8.E.a includes discrimination because of Limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP o persons have meaningful access to your programs (70 Fed. Reg. at 74087 to N 74100); N xii. Title IX of the Education Amendments of 1972, as amended, which prohibits you o from discriminating because of sex in education programs or activities (20 U.S.C. ' 1681 et seq). o 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. O aD By signing below, I agree to fulfill the five requirements referenced above. a By: For: Cn Title: (D Date: U) 0a O O C9 00 r O Q 3 C R d U O r r J 0 N V r N 0 O J E O r O H L r.+ C d E O O L Q f+ d E V R a EEO COMPLIANCE DOCUMENTS - 4 of 5 Packet Pg. 101 8.E.a CITY OF KENT ADMINISTRATIVE POLICY L O 4- r NUMBER: 1.2 EFFECTIVE DATE: October 20, 2022 a� 0 J E N r O H t •3 SUBJECT: INCLUSIVE CONTRACTING SUPERSEDES: January 1, 1998 as E APPROVED BY Dana Ralph, Mayor a L POLICY: U c 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 c 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: a� 1. Provide a written statement to all new employees and subcontractors indicating 06 commitment as an equal opportunity employer. a O O 2. Actively consider for promotion and advancement available minorities and women. �? 00 Further, all contractors, subcontractors, consultants, suppliers, grantees, or subgrantees of the cD City, regardless of the value of the Agreement, are required to sign the City's Non-Discrimination a Policy Declaration, prior to commencing performance. ' a� Any contractor, subcontractor, consultant or supplier who willfully disregards the City's U nondiscrimination and equal opportunity requirements shall be considered in breach of contract °J and subject to suspension or termination for all or part of the Agreement. 3-1 Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public W Works Departments to coordinate with the City's Title VI coordinator, and perform the following ; duties for their respective departments. N 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these � regulations are familiar with the regulations and the City's equal employment opportunity E policy. 0 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. 3 c a� E a� as L Q E V Q EEO COMPLIANCE DOCUMENTS - 5 of 5 Packet Pg. 102 8.E.a Exhibit A - Scope of Work G Totem logistics Inc.. O CONTRACTOR RESPONSIBILITIES: J E Totem Logistics Inc. (hereinafter "Contractor")will satisfy all responsibility's enumerated below: o A. Provide for enough staff to complete the Work for each Route. Cleanup duties shall include collecting and properly disposing of all garbage, trash, waste, debris and other non-biohazardous materials 3 generally located within 10ft of rights of ways edges along with other identified focus areas located c within each Route a copy of which is attached as Exhibit A to this RFP for reference. Disposal shall be at E a site permitted to accept such materials. L B. Contractor shall be expected to collect and dispose of biohazardous materials and substances when Q and where minimal amounts exist within each Route. Contractor is directed to contact the City c designated representative when in excess of minimal amounts of biohazardous materials and substances exist. Contractor is directed to use their best judgement in determining what constitutes a minimal c amount of biohazardous substances and materials. cv C. Contractor shall supply all labor, material,tools, protective clothing, and gear, and equipment that is N as required or needed to perform the work to handle, remove,transport, and dispose of the waste materials and leave a clean site. U) D. Contractor shall provide all supervision and management of crews and ensure all necessary safety 06 procedures are followed.This individual will serve as the City's contact. All workers will be direct Totem o Logistics Employees. G E. Contractor shall work with the City to establish "billing cycles" which shall consist of no more than two co billing cycles per month and coincide with the City's check-run dates (Ex. Billing cycle#1 = 1st—15th Q working days to be invoiced to the City no later than "x" date).The Contractor will submit invoices reflective of the time and materials expensed for the previous billing cycle.All invoices shall include the total amount of the contract,the remaining balance available against the contract prior to the invoiced billingcycle, and the remaining contract balance after payment of invoiced Pa Period,the billing cycle Y g p Y Y g Y v dates being invoiced for and an itemized breakdown of the hours and expenses being invoiced to the r City. All hours being billed at prevailing wages must first be certified by Washington State Labor and J Industries and receipt copies for all disposal must be attached to the invoice. � O F. Contractor shall notify the City's designated representative in the event that interference from individual(s), road construction, or other obstacles exist that cause interference with the Contractor performing their Work. r G. Contractor shall follow best practices work procedures while performing their Work. o J H. Contractor shall immediately contact appropriate law enforcement and City representative if a aEi weapon is found. o I. Contractor shall always perform work in a timely and efficient manner and in a courteous and business-like manner. 3 c J. Contractor shall pay prevailing wages for all work performed to the extent required by law. E K. Contractor shall properly handle and dispose of solid waste and hazardous waste in accordance with L all applicable laws. °f Q L. Contractor shall comply with any other responsibility imposed by the terms of this RFP. c a� E ca Q Packet Pg. 103 8.E.a Li L O .. N Totem logistics Inc. 0 J BID PROPOSAL SECTION E d r 0 Total Bid not to exceed $191,904 for the contract year, allocated as follows: 3 c Route Number}Route Name/Details Distance E 1. Pacific Highway(Pac Hwy) From S 272nd St to(Cent Des Moines Road 2.50 2. S 260th St 1 S 259th Pl From Pacific Highwayto Military Rd S 0.81 a a� 3.Veterans Dr From Military Rd to 54th Ave S 1.06 4. S 212th St From Riverview Blvd S to WinCo Foods driveway 2.47 a 5. S 196th St From E Valley Hwyf 68th Ave S toW 11a lley H y184th Ave S 1.00 M 6. E Valley Hwy 184th Ave S f Central Ave N From S 187th St to S 266th St 5.32 7. Hwy 516(Kent Kangley)From Central Ave N to 156th Pl SE 5.41 8. Hwy 515(104th Ave SE f 108th Ave SE) From SE 192nd St to SE 264th St 4.36 in 9. SE 256th St From 104th Ave SE to 116th Ave SE 0.70 N 10. 116th Ave SE From SE 256th St to 108th Ave SE 1.53 0 0 *Total Route Miles 25.16 00 *To be completed 5 miles per day over a period of 5 days a ** Labor and 2 Workers 5 Route Days per Monthly c Wages Overhead HrlyTctal Overhead @ 8 HrslDay 2-Week Period Total v Hazardous Waste Worker(Level)C $ 59.07 $ 40.88 $ 99.95 $ 1,599.20 $ 7,996.00 $ 15,992.00 J Landscape 3: Maintenance $ 40.00 $ 36.00 $ 76.00 $ 1,216.00 $ 680.00 $ 12,160.00 0 **Includes all cost to fully clean each identified route,consecutively,twice per month 0 Maximum Pricing, Hazardous Waste Worker(Level C) - Mont 15,992 J E 12 Months =Annual Maximum $191,904 0 A A * Some workto be billed at the Landscape Maintenance rate,The reby Reducing Total Costs 3 c as E as as L a E M a Packet Pg. 104 8.E.a L O V Litter/Debris Picking Routes o J E Route Route Name Details W 0 Number 3 1. Pacific Highway (Pac Hwy) From S 272nd St to Kent Des Moines Road E a� 2. S 26011 St / S 25911 PI From Pacific Highway to Military Rd S Q 3. Veterans Dr From Military Rd to 541h Ave S a) c 4. S 212th St From Riverview Blvd S to c WinCo Foods driveway as S. S 196th St From E Valley Hwy/68th Ave S to W W Valley Hwy/84th Ave S U) 06 N 6. E Valley Hwy / 84th Ave S / From S 187th St to S 266th St '0 O O Central Ave N 00 7. Hwy 516 (Kent Kangley) From Central Ave N to 156th PI SE a 8. Hwy 515 (1041h Ave SE / From SE 192"d St to SE 264th St ' c R m 108th Ave SE) v L 9. SE 256th St From 104th Ave SE to 1161h Ave SE J 10. 1161h Ave SE From SE 256th St to 108th Ave SE O u� r O J E N r O H t 3 c as E W d L Q E V Q Packet Pg. 105 8.E.a L O Pacific Highway (Pac Hwy) NSA a' `�° �OIr1t�S�RLY O m E � N �? S Kent Des Moines Rd o N 516 Highline College s1 ' 3 v •� ZENITH S240thst MIDWAY Kent 1 L a� Dick's Drive-in 516 Q m Best West( Plaza By Th. c ep Rig c ro 0 Pacific Hwy/Hwy 99 516 N r° D a m leek v N q � N to �D BECU cr -it union N 0 Saltwater n State Pk West o Fenwick Park O T Kaleafa Cannabis9 3 Company- Des Moines ao cc `fie S 2590 Lake a Fenwick Park � c o U L r J WOODMONT BEACH O fY S 272nd St 2 �O ale a, STAR LAKE S 272nd St N O J E N r O H t �3 c as E W d CID Q E V Q Packet Pg. 106 8.E.a L. O S 260t" St / S 259tn PI rn BECU-Insuted byNCUA DuckyDaycare .0v J a ° E s zsam s o � s r iA r° O Rising Star g ~ Home Daycarev S Sam 5 2:bth 5' S 256fh St � Garbage Drop Point 4 N Kalea(a Cannabis E n Com any-Des Moines � at N II f 254ih St n N S 259 , El Rinco sito I Feder, rA pt Q way on Pacific �cj ;z' S 260th St 9 Pembrooke Apartment ��" ��'' S 260Ih St S 2eofh In S 260th Sf C 6C3 et a St e K 5 ZGISI PI V �¢ Sergio Sidi g Company4 i Q (D s 262nd St V) N Le Oa 3rd PI a 5 26376�'� n O O 00 r O Q 3 C R d U L O r r J 0 to V r to O J E O r O H L r.+ C d E O O L Q f+ d E V R a Packet Pg. 107 8.E.a L O Veterans Drive O P, J n E Bin(4 Lipe Corporation r Seattle Office v 0 � I � a Grandview Opensquare +�- w Off-Leash Kent Warehouse :,n Dag Park QGrand:eeva Veterans Dr yeferansOr Q �e�QtacSO` Garbage Drop Point Woods Pak 3-1z81 hSr — C ay Chirop act!• �t National A o Collision I - � U�)( y 7Atth St KJ O Balance Massage Q O a d Bodvwork (� 00 r O Q 3 C R d U O r r J 0 rn V r to O J E O r O H L r.+ C d E O O L Q f+ d V R a Packet Pg. 108 8.E.a L. O r} S 212th St r a ery o sae 1 3R Tecilnologyq Lile Narth American -6,� o, J EI tJrigln Center Pnint „ Mnvrng and Storagev '(",y- Curfifi Blue Line-Kent I'm A _- H Faal it.esv a g 212tM1O6 mess ParkO _ O Marirteitance ` Wlni:[Idep L A an anon Recruiting Amazon FulfillmenS r V.lley Floor Office RFI4v �Cen[er nFl4 MAIN h Awl=coumenuo=s ' Commumt - P,99 Petes� 0/� Y Parts ®Napa Ks Adv aria 9 A t btr ctY �yj ©American Rttteid PO nil ate~ pu e��ettla' � rWe�dY4� - --: �ig2_J2rh'g[ Inte nat aria Aulo �'avaq •TaP R '' $ we GorrYoue n m N vLogistics OAL] ; I vForraM DMA%Corporali., 93r4m ei ,4 - E satsmg �' en Bag drop QUS Foods CHFF:--'F.E y a2r51X PI A nheh 5216In S[ tilrlQ L mil,Church s3r�ts yy� -- Regional Animal sRrsmR hue Or: © CMS ReIoGatianv yg v5ervices of King County &Logistice Q w.ea N z i Greerj River l _ - d Re sourc Area Paul(c Bus ness ARI-I&As t-O (,� esNatura la's Home Chittl careg entl�eni�..' ,. Park Northv w II Services DWA69 (Pwib Vista Mot3ile'f (� ! � - Home Estates f. Metal Supeitirarkats Emla's Fuel stop ssapn at °pisQ Attic Proiectsv QSeanlei Kenr' � r Sl innY Kitty F. sv 9 QSara LTL Freight C_ �� nterprde Truck Renal —___ •(Q Comfort InnQ Ramada 6y ndham C Kant-Seattle Karl Se I Area G Prlprity'III Annex _ 06er a 9rands- Eroitc Metals F rig S22... Holman Logistics s � /? f (dlshiGutivn censer) Inwwn Granite&quartz 9 Sil" Or, Shaw lndva[ri EMeAded Stay America A.partments� _—v sasms flv Oi9count©Irecty ® Q -Seattle.Ken, fir` _ aNhArv6 I •� CCU tion paolfc coast Seatle Office Fed Ex Fre:gM --Ravys n Pala oil Com Tractor Supp'i',- Rerheley r' CD v Q Q i ooggYoaY�aGoogFe panrQ a 'v Apal ■I 06 to O O 00 T_ O O_ 7 C R d U L r r J 0 fit V r to O J E N r O H t �3 .r c w E w d L Q �-a C w E V Q Packet Pg. 109 8.E.a L. 0 S 196t" St O E a� va, i O o Beacon Plumbi s i9z�,d st Heating,Electrical F- QWest Valley Business Park o c th st Co Co tv Davis Wire Cor oration19 S 194th PI p y S,Sam 5! D Garbage Drop Polrt m { First Call Plusv Q S 196th St d Manheim beattle O e, 2 Auto Auction S 196th St b QPape Machinery Construction&Forestry Alexander Party Rentals 0 to ?ing Employees y Tennis CJu h ro ro i 'a S 2001h Oa to O Noru 00 r O SZ AXIOM C R d U r ow a ii r LL I° W wnw �; • A ���� 0 - tv t V R a Packet Pg. 110 8.E.a L O E Valley Hwy / 84th Ave S / Central Ave NCn 1 O J E O Urud ra Singh H Sa�1 6a of shington a � t 16 w _ c E r � s i.��• tit": Q 51 V C }i fC 7 � N a+ WinUe Food rn a� lal 5-212th Sl =- >v ity a� 16 In Oa t/1 O ,5. O c� 00 u C � w � 4J n Q 47 3 � C R d U r r EJaw,%S1 EAST HILL J Kent W 1 .Starbu 5 CEHIC HILL to V r S, fn rIV@r'icL SIr, O Office of Ken J SE: E 15 �' O F- The Name Depot eD C � � E L Q r C d t la a Packet Pg. 111 8.E.a L. O Hwy 516 (Kent Kangley) O J E O r E,:arnes si Fred Meyer SE 240th Sr SE^_nrih Sr SSE 2nptl,Sr se 2e SE 24oth 51 d EAST HILL _ L ♦♦ L •� tIt m Cilar' ry�r WI tarke nl C Sty � CENIC HILL E Car n Meridian valley O rD Country CILb - (1) Mattson Midd L. Battle 11 D I Mau V N C a wSE�256th�StF HillcrestBurialPark© .q sEzSamsl $ersuthst � � N r S 2591h St.. 0 Cu The Home DepotLn 1� d jel 4 7f 2 HIGH ,�^6=P in vJ ' 4 m 015 rn O 1p 00 THOMAS.• --_ —5277tH 5t� ' 277th St a O z �GomdorTrail m 9 1 Q 3 C R d U O r r J 0 Cl) V r to O J E O r O H L r.+ C d E O O L Q f+ C d E V R a Packet Pg. 112 8.E.a L O Hwy 515 (104t" Ave SE / 108t" Ave SE) Cn "'The Benson Highway" tm a - i5 E 192nd 5t - SE 192nd St w r = E O aD L Pantera Lago Estates WinCo Food = Top rated r e N i m O Oa N O O CO r O Q 3 C R d U L McLendon Hardware r 0 Luck House E. r HILL 1 N r Kent Clark Lake PkPp O SCENIC MILL rn Merl { r 516 O H t 3 w c sf 255th st minaf Transfer Inc SE 2G4th St The Home Depot ie a Coo E R5 dl f h V Y a Packet Pg. 113 8.E.a L O SE 256t" St TfWaterbrook 'a;s,s, O SE 252rd St s E sa.,zP, Kent Seventh-Day a, ,��, SE 252 r Vibe Apartments Adventist Church V 5 D m O t F_ 5E:A 3C PI T.J.Maxx m +_ n � 3 �I 0 SE 2541h N �+ m SE 254th PI O Jiffy Lube E �S20 off s nthem Learning Land N Blend,jL Education Center i E$256thT S E 2 5 6t h S t Cherubs Nursery Schc 7 SE 2561h PI I�• °' Q a C n 516 SE iSiS tt Pi n �l I'M AVP,`A C N � sSE 25Bth PI SE 258th.g', In p Knol Apartments to S of � '" pna Bazar �an9Aeh..?a. s Seven ,apth St V n Oaks Park yeti QURVASHI y INTERNATIONAL = m fn M06 ass for Less v The Home Depot m Sequoia Baptist Church , m 9� 0 Target rp 0 a c R m U L r r J 0 to V r to O J E N r O H t �3 c as E w d L to Q E V Q Packet Pg. 114 8.E.a L O 116t" Ave SE Jiffy Lube o0 LLearning Land -j S20 Off SyntheticEducation Center 9 e-% bs Nursery Schc o SE 256th St w ~ to 516 SE 257th PI R 3 a ^cb, a) S. Knol Apartme 's CID Kids Heavei Q 91�h Se, :n URVASHI R Oaks 'arkIV r- 19INTERNATIONAL ir t -ne Depot Iq M rn U U) _ 516 06 SE 264th St Phan Pham Services P to °' o o C) j A 0 °.» yo pl SE ,may ao D �` O M ;t rn ro Salvador Rider �- I l Memorial Garden ca Tudor Square Park Har =y Hearts U q Montess,;ei School L r r J vPacific Northwest Limousine & Luxury... 0 Fi Millennium Elementary School d l r S E 271 st St D V An C O SE272ndP1 m �� 0 9y n IT SE 272nd PI E f9 (b Valley_ ornMUnicat+�^- enter n 9 TL S 3 S 277th St --__ Simply Serene Massage u M (n m m rGo :�jgle � SE 276th St (D d L Q E V Q Packet Pg. 115 8.E.a L 0 Exhibit B Insurance Requirements N 0 J Insurance E 0 Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which 3 may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees, or E subcontractors. Q A. Minimum Scope of Insurance U Contractor shall obtain insurance of the types described below: S 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, 06 and liability assumed under an insured contract. The Commercial o General Liability insurance shall be endorsed to provide the Aggregate 0 Per Project Endorsement ISO form CG 25 03 11 85. The City shall be 00 named as an insured under the Contractor's Commercial General o 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. 0 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 N provide all the insurance coverages herein required. The Umbrella or J Excess policies shall be provided on a true "following form" or broader E coverage basis, with coverage at least as broad as provided on the o underlying Commercial General Liability insurance. •3 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 ;v and non-contributory basis only. Coverage shall be written on ISO a form CA 00 01, or a substitute form providing equivalent liability E a Packet Pg. 116 8.E.a L 0 coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. N 0 J Workers' Compensation coverage for the employees of Contractor and E subcontractors as required by the Industrial Insurance laws of the o State of Washington. •3 B. Minimum Amounts of Insurance E W Contractor shall maintain the following insurance limits: a Commercial General Liability insurance shall be written with limits no U less than $2,000,000 per occurrence and in the 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 06 Automobile Liability insurance with a minimum combined single limit o for bodily injury and property damage of $1,000,000 per occurrence. 0 00 If the Contractor maintains broader coverage and/or higher limits than the CD 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. J C. Other Insurance Provisions R: 0 The insurance policies are to contain, or be endorsed to contain, the following provisions: N 0 J 1. The Contractor's insurance coverage shall be primary insurance E with respect to the City. Any insurance, self-insurance, or o insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance policies and shall not 3 contribute to the Contractor's insurance policies. E 2. Contractor's insurer must deliver, or mail written notice of L 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 E a Packet Pg. 117 8.E.a L 0 City with written notice of cancellation forty-five (45) days before the effective date of the cancellation. If Contractor's N insurer fails to provide the City with a copy of the notice of J cancellation endorsement, the Contractor must notify the City of E any cancellation, nonrenewal or termination within two (2) o 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 E performed by or on behalf of the Contractor and a copy of the aD endorsement naming the City as an additional insured shall be a 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. Oa D. Acceptability of Insurers o 0 0 Insurance is to be placed with insurers with a current A.M. Best rating of not 00 less than A:VII. o E. Verification of Coverage 3 Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the r r additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. The City waives no 0 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. N 0 J F. Subcontractors E r 0 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. E L Q f+ d V R a Packet Pg. 118 4/5/24,7:50 AM about:blank State of Washington o Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 N PO Box 44540, Olympia, WA 98504-4540 0 J E Washington State Prevailing Wage o The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this 3 total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. E a� a� L Journey Level Prevailing Wage Rates for the Effective Date: 04/22/2024 County Trade Job Classification Wage Holiday Overtime Note *Risk Class King Asbestos Abatement Workers Journey Level $59.07 5D 1 H View King Boilermakers Journey Level $74.29 5N 1C View U King Brick Mason Journey Level $69.07 7E 1 N View U) King Brick Mason Pointer-Caulker-Cleaner $69.07 7E 1 N View oa King Building Service Employees Janitor $29.33 5S 2F View 'a 0 King Building Service Employees Traveling Waxer/Shampooer $29.78 5S 2F View 0 c� King Building Service Employees Window Cleaner (Non-Scaffold) $32.93 5S 2F View co King Building Service Employees Window Cleaner (Scaffold) $33.93 5S 2F View Q King Cabinet Makers (In Shop). Journey Level $22.74 1 View a King Carpenters Acoustical Worker $74.96 15J 4C View 0 King Carpenters Bridge, Dock And Wharf $74.96 15J 4C View Carpenters v L King Carpenters Floor Layer Et Floor Finisher $74.96 15J 4C View r J King Carpenters Journey Level $74.96 15J 4C View King Carpenters Scaffold Erector $74.96 15J 4C View O King Cement Masons Application of all Composition $72.87 15J 41J View N Mastic 2 W King Cement Masons Application of all Epoxy $72.37 15J 41J View Material 0 J King Cement Masons Application of all Plastic $72.87 15J 41J View E Material 0 King Cement Masons Application of Sealing $72.37 15J 41J View Compound 3 King Cement Masons Application of Underlayment $72.87 15J 41J View as King Cement Masons Building General $72.37 15J 41J View E L King Cement Masons Composition or Kalman Floors $72.87 15J 41J View � King Cement Masons Concrete Paving $72.37 15J 41J View Q King Cement Masons Curb Et Gutter Machine $72.87 15J 41J View E King Cement Masons Curb Et Gutter, Sidewalks $72.37 15J 41J View King Cement Masons Curing Concrete $72.37 15J 41J View a King Cement Masons Finish Colored Concrete $72.87 15J 41J View about:blank I Packet Pg. 119 4/5/24,7:50 AM about:blank King Cement Masons Floor Grinding $72.87 15.1 4U view King Cement Masons Floor Grinding/Polisher $72.37 15J 4U View L King Cement Masons Green Concrete Saw, self- $72.87 15.1 4U View ,° powered King Cement Masons Grouting of all Plates $72.37 15J 4U View N King Cement Masons Grouting of all Tilt-up Panels $72.37 15J 4U View J King Cement Masons Gunite Nozzleman $72.87 15.1 41.1 View aEi King Cement Masons Hand Powered Grinder $72.87 15J 4U View King Cement Masons Journey Level $72.37 15J 4U View _ King Cement Masons Patching Concrete $72.37 15.1 41.1 View 3 c King Cement Masons Pneumatic Power Tools $72.87 15J 4U View E King Cement Masons Power Chipping Et Brushing $72.87 15.1 4U View m L King Cement Masons Sand Blasting Architectural $72.87 15.1 4U View °f Q Finish m U King Cement Masons Screed Et Rodding Machine $72.87 15J 4U View c King Cement Masons Spackling or Skim Coat $72.37 15.1 4U View ; Concrete King Cement Masons Troweling Machine Operator $72.87 15J 4U View King Cement Masons Troweling Machine Operator on $72.87 15J 4U View U Colored Slabs a� King Cement Masons Tunnel Workers $72.87 15.1 4U View N King Divers Et Tenders Bell/Vehicle or Submersible $129.71 15J 4C View Operator (Not Under Pressure) °o King Divers Et Tenders Dive Supervisor/Master $93.94 15.1 4C View �? King Divers Et Tenders Diver $129.71 15.1 4C 8V View °ro 0 King Divers Et Tenders Diver On Standby $88.94 15J 4C View King Divers Et Tenders Diver Tender $80.82 15J 4C View King Divers Et Tenders Hyperbaric Worker - $93.26 15J 4C View Compressed Air Worker 0-30.00 PSI v L King Divers Et Tenders Hyperbaric Worker - $98.26 15J 4C View J Compressed Air Worker 30.01 44.00 PSI 0 King Divers Et Tenders Hyperbaric Worker - $102.26 15.1 4C View Compressed Air Worker 44.01 54.00 PSI I �, King Divers Et Tenders Hyperbaric Worker - $107.26 15J 4C View 00) Compressed Air Worker 54.01 60.00 PSI King Divers Et Tenders Hyperbaric Worker - $109.76 15J 4C View 0 Compressed Air Worker 60.01 64.00 PSI 3 King Divers Et Tenders Hyperbaric Worker - $114.76 15.1 4C View E Compressed Air Worker 64.01 68.00 PSI L King Divers Et Tenders Hyperbaric Worker - $116.76 15J 4C View Q Compressed Air Worker 68.01 - c 70.00 PSI E King Divers Et Tenders Hyperbaric Worker - $118.76 15J 4C View Compressed Air Worker 70.01 72.00 PSI Q about:blank Packet Pg. 120 4/5/24,7:50 AM about:blank King Divers Et Tenders Hyperbaric Worker - $120.76 15.1 4C view Compressed Air Worker 72.01 74.00 PSI 0 King Divers Et Tenders Manifold Operator $80.82 15J 4C View King Divers Et Tenders Manifold Operator Mixed Gas $85.82 15.1 4C View �, King Divers Et Tenders Remote Operated Vehicle $80.82 15.1 4C View o Operator/Technician J E King Divers Et Tenders Remote Operated Vehicle $75.41 15J 4C View Tender o 0 z King Dredge Workers Assistant Engineer $79.62 5D 3F View 3 King Dredge Workers Assistant Mate (Deckhand) $79.01 5D 3F View King Dredge Workers Boatmen $79.62 5D 3F View a� King Dredge Workers Engineer Welder $81.15 5D 3F View King Dredge Workers Leverman, Hydraulic $82.77 5D 3F View Q m King Dredge Workers Mates $79.62 5D 3F View c King Dredge Workers Oiler $79.01 5D 3F View King Drywall Applicator Journey Level $75.73 150 11S View King Drywall Tapers Journey Level $75.73 150 11S View King Electrical Fixture Maintenance Journey Level $38.69 5L 1 E View Workers King Electricians - Inside Cable Splicer $109.35 7C 4E View in King Electricians - Inside Cable Splicer (tunnel) $117.52 7C 4E View y King Electricians - Inside Certified Welder $105.63 7C 4E View 0 King Electricians - Inside Certified Welder (tunnel) $113.43 7C 4E View �? King Electricians - Inside Construction Stock Person $51.53 7C 4E View *0 0 King Electricians - Inside Journey Level $101.92 7C 4E View King Electricians - Inside Journey Level (tunnel) $109.35 7C 4E View King Electricians - Motor Shop Journey Level $48.68 5A 1 B View King Electricians - Powerline Cable Splicer $93.00 5A 4D View mv Construction Y King Electricians - Powerline Certified Line Welder $85.42 5A 4D View Construction 3: King Electricians - Powerline Groundperson $55.27 5A 4D View Construction ' King Electricians - Powerline Heavy Line Equipment $85.42 5A 4D View Construction Operator 0 King Electricians - Powerline Journey Level Lineperson $85.42 5A 4D View -J Construction E a� Y King Electricians - Powerline Line Equipment Operator $73.35 5A 4D View 0 Construction z Y King Electricians - Powerline Meter Installer $55.27 5A 4D 8W View 3 Y Construction as King Electricians - Powerline Pole Sprayer $85.42 5A 4D View aEi Construction King Electricians - Powerline Powderperson $63.50 5A 4D View Q Construction a� King Electronic Technicians Journey Level $65.66 7E 1 E View E King Elevator Constructors Mechanic $111.26 7D 4A View Y King Elevator Constructors Mechanic In Charge $120.27 7D 4A View a about:blank I Packet Pg. 121 4/5/24,7:50 AM about:blank King Fabricated Precast Concrete All Classifications - In-Factory $21.34 5B 1 R view Products Work Only King Fence Erectors Fence Erector $50.07 15J 11 P 8Y View ,o King Fence Erectors Fence Laborer $50.07 15J 11 P 8Y View U) King Flaggers Journey Level $50.07 15J lip 8Y View 1N cm King Glaziers Journey Level $79.16 7L 1y View J King Heat Et Frost Insulators And Journey Level $87.15 15H 11C View aEi Asbestos Workers 0 King Heating Equipment Mechanics Journey Level $96.42 7F 1 E View z Y_ King Hod Carriers Et Mason Tenders Journey Level $62.49 15J lip 8Y View 3 .r King Industrial Power Vacuum Journey Level $16.28 1 View Cleaner aEi King Inland Boatmen Boat Operator $61.41 5B 1 K View L King Inland Boatmen Cook $56.48 5B 1 K View Q m King Inland Boatmen Deckhand $57.48 5B 1 K View r_ King Inland Boatmen Deckhand Engineer $58.81 5B 1 K View King Inland Boatmen Launch Operator $58.89 5B 1 K View S King Inland Boatmen Mate $57.31 5B 1 K View King Inspection/Cleaning/Sealing Of Cleaner Operator $49.48 15M 110 View U Sewer Et Water Systems By Remote Control cn King Inspection/Cleaning/Sealing Of Foamer Operator $49.48 15M 110 View y Sewer Et Water Systems By. o Remote Control ° 0 King Inspection/Cleaning/Sealing Of Grout Truck Operator $49.48 15M 110 View 00 Sewer Et Water Systems By c Remote Control 7t King Inspection/Cleaning/Sealing Of Head Operator $47.41 15M 110 View Sewer Et Water Systems By Remote Control U King Inspection/Cleaning/Sealing Of Technician $41.20 15M 110 View Sewer Et Water Systems By Remote Control J King Inspection/Cleaning/Sealing Of TV Truck Operator $44.31 15M 110 View 0 Sewer Et Water Systems By , Remote Control N King Insulation Applicators Journey Level $74.96 15J 4C View 0 King Ironworkers Journeyman $87.80 15K 11 N View J King Laborers Air, Gas Or Electric Vibrating $59.07 15J lip 8Y View E Screed 0 King Laborers Airtrac Drill Operator $60.90 15J lip 8Y View Y King Laborers Ballast Regular Machine $59.07 15J lip 8Y View 3 King Laborers Batch Weighman $50.07 15J lip 8Y View King Laborers Brick Pavers $59.07 15J lip 8Y View aEi d King Laborers Brush Cutter $59.07 15J lip 8Y View `O King Laborers Brush Hog Feeder $59.07 15J lip 8Y View Q King Laborers Burner $59.07 15J lip 8Y View King Laborers Caisson Worker $60.90 15J lip 8Y View King Laborers Carpenter Tender $59.07 15J lip 8Y View a King Laborers Cement Dumper-paving $60.15 15J lip 8Y View about:blank I Packet Pg. 122 4/5/24,7:50 AM about:blank King Laborers Cement Finisher Tender $59.07 15J 11 P 8Y view King Laborers Change House Or Dry Shack $59.07 15J lip 8Y View L King Laborers Chipping Gun (30 Lbs. And $60.15 15J lip 8Y View ,° Over) King Laborers Chipping Gun (Under 30 Lbs.) $59.07 15J 11P 8Y View N King Laborers Choker Setter $59.07 15J lip 8Y View J King Laborers Chuck Tender $59.07 15J lip 8Y View E King Laborers Clary Power Spreader $60.15 15J lip 8Y View King Laborers Clean-up Laborer $59.07 15J lip 8Y View _ King Laborers Concrete Dumper/Chute $60.15 15J lip 8Y View 3 Operator King Laborers Concrete Form Stripper $59.07 15J lip 8Y View m King Laborers Concrete Placement Crew $60.15 15J lip 8Y View Q King Laborers Concrete Saw Operator/Core $60.15 15J lip 8Y View Driller c King Laborers Crusher Feeder $50.07 15J lip 8Y View King Laborers Curing Laborer $59.07 15J lip 8Y View E King Laborers Demolition: Wrecking Et Moving $59.07 15J lip 8Y View (Incl. Charred Material) King Laborers Ditch Digger $59.07 15J lip 8Y View King Laborers Diver $60.90 15J lip 8Y View N o� King Laborers Drill Operator (Hydraulic, $60.15 15J lip 8Y View Diamond) °o King Laborers Dry Stack Walls $59.07 15J lip 8Y View �? King Laborers Dump Person $59.07 15J lip 8Y View °r° 0 King Laborers Epoxy Technician $59.07 15J lip 8Y View King Laborers Erosion Control Worker $59.07 15J lip 8Y View King Laborers Faller Et Bucker Chain Saw $60.15 15J lip 8Y View m King Laborers Fine Graders $59.07 15J lip 8Y View v L King Laborers Firewatch $50.07 15J lip 8Y View r King Laborers Form Setter $60.15 15J lip 8Y View -J King Laborers Gabian Basket Builders $59.07 15J lip 8Y View p King Laborers General Laborer $59.07 15J lip 8Y View King Laborers Grade Checker Et Transit Person $62.49 15J lip 8Y View u King Laborers Grinders $59.07 15J lip 8Y View 0) King Laborers Grout Machine Tender $59.07 15J lip 8Y View King Laborers Groutmen (Pressure) Including $60.15 15J lip 8Y View Post Tension Beams 0 King Laborers Guardrail Erector $59.07 15J lip 8Y View r King Laborers Hazardous Waste Worker (Level $60.90 15J lip 8Y View 3 A) King Laborers Hazardous Waste Worker (Level $60.15 15J lip 8Y View m B) King Laborers Hazardous Waste Worker (Level $59.07 15J lip 8Y View Q C) a� King Laborers High Scaler $60.90 15J lip 8Y View E King Laborers Jackhammer $60.15 15J lip 8Y View King Laborers Laserbeam Operator $60.15 15J lip 8Y View a about:blank I Packet Pg. 123 4/5/24,7:50 AM about:blank King Laborers Maintenance Person $59.07 15J 11 P 8Y view King Laborers Manhole Builder-Mudman $60.15 15J lip 8Y View L King Laborers Material Yard Person $59.07 15J lip 8Y View ,° King Laborers Mold Abatement Worker $59.07 15J lip 8Y View r King Laborers Motorman-Dinky Locomotive $62.59 15J lip 8Y View King Laborers nozzleman (concrete pump, $62.49 15J lip 8Y View green cutter when using aEi combination of high pressure o air Et water on concrete Et rock, sandblast, gunite, shotcrete, water blaster, 3 vacuum blaster) King Laborers Pavement Breaker $60.15 15J lip 8Y View m King Laborers Pilot Car $50.07 15J lip 8Y View Q King Laborers Pipe Layer (Lead) $62.49 15J lip 8Y View King Laborers Pipe Layer/Tailor $60.15 15J lip 8Y View c King Laborers Pipe Pot Tender $60.15 15J lip 8Y View 12 c King Laborers Pipe Reliner $60.15 15J lip 8Y View M King Laborers Pipe Wrapper $60.15 15J lip 8Y View U) King Laborers Pot Tender $59.07 15J lip 8Y View King Laborers Powderman $60.90 15J lip 8Y View 0 U) King Laborers Powderman's Helper $59.07 15J lip 8Y View 06 King Laborers Power Jacks $60.15 15J lip 8Y View o King Laborers Railroad Spike Puller - Power $60.15 15J lip 8Y View 0 King Laborers Raker -Asphalt $62.49 15J lip 8Y View oo King Laborers Re-timberman $60.90 15J lip 8Y View cD King Laborers Remote Equipment Operator $60.15 15J lip 8Y View 0 King Laborers Rigger/Signal Person $60.15 15J lip 8Y View King Laborers Rip Rap Person $59.07 15J lip 8Y View T U King Laborers Rivet Buster $60.15 15J lip 8Y View 0 r King Laborers Rodder $60.15 15J lip 8Y View King Laborers Scaffold Erector $59.07 15J lip 8Y View 3: King Laborers Scale Person $59.07 15J lip 8Y View King Laborers Sloper (Over 20") $60.15 15J lip 8Y View King Laborers Sloper Sprayer $59.07 15J lip 8Y View y King Laborers Spreader (Concrete) $60.15 15J lip 8Y View 0 King Laborers Stake Hopper $59.07 15J lip 8Y View aEi r King Laborers Stock Piler $59.07 15J lip 8Y View O King Laborers Swinging Stage/Boatswain $50.07 15J lip 8Y View r Chair 3 King Laborers Tamper Et Similar Electric, Air $60.15 15J lip 8Y View Et Gas Operated Tools E 0 L King Laborers Tamper (Multiple Et Self- $60.15 15J lip 8Y View � propelled) Q King Laborers Timber Person - Sewer (Lagger, $60.15 15J lip 8Y View W Shorer Et Cribber) E t King Laborers Toolroom Person (at Jobsite) $59.07 15J lip 8Y View Y King Laborers Topper $59.07 15J lip 8Y View a King Laborers Track Laborer $59.07 15J lip 8Y View about:blank Packet Pg. 124 4/5/24,7:50 AM about:blank King Laborers Track Liner (Power) $60.15 15.1 11 P 8Y view King Laborers Traffic Control Laborer $53.54 15J 11 P 9C View L King Laborers Traffic Control Supervisor $56.73 15.1 11 P 9C View ,° King Laborers Truck Spotter $59.07 15J 11 P 8Y View r King Laborers Tugger Operator $60.15 15J lip 8Y View •T King Laborers Tunnel Work-Compressed Air $175.79 15.1 lip 9B View Worker 0-30 psi aEi King Laborers Tunnel Work-Compressed Air $180.82 15J lip 9B View 0 Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $184.50 15J lip 9B View 3 Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $190.20 15.1 lip 9B View aEi Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $192.32 15J lip 9B View Q Worker 60.01-64.00 psi a) c King Laborers Tunnel Work-Compressed Air $197.42 15J lip 9B View Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $199.32 15J lip 9B View 16 Worker 68.01-70.00 psi N King Laborers Tunnel Work-Compressed Air $201.32 15J lip 9B View Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $203.32 15.1 lip 9B View N Worker 72.01-74.00 psi y King Laborers Tunnel Work-Guage and Lock $62.59 15J lip 8Y View c Tender C9 King Laborers Tunnel Work-Miner $62.59 15J lip 8Y View 00 King Laborers Vibrator $60.15 15.1 lip 8Y View King Laborers Vinyl Seamer $59.07 15J lip 8Y View King Laborers Watchman $45.51 15.1 lip 8Y View King Laborers Welder $60.15 15J lip 8Y View U King Laborers Well Point Laborer $60.15 15J lip 8Y View °r r King Laborers Window Washer/Cleaner $45.51 15J lip 8Y View King Laborers - Underground Sewer General Laborer Et Topman $59.07 15J lip 8Y View � Et Water W King Laborers - Underground Sewer Pipe Layer $60.15 15J lip 8Y View Et Water King Landscape Construction Landscape $45.51 15J lip 8Y View c Construction/Landscaping Or J Planting Laborers aEi r King Landscape Construction Landscape Operator $82.25 15J 11 G 8X View 0 King Landscape Maintenance Groundskeeper $17.87 1 View r King Lathers Journey Level $75.73 150 11S View King Marble Setters Journey Level $69.07 7E 1 N View E King Metal Fabrication In Shop). Fitter/Certified Welder $42.17 151 11 E View i King Metal Fabrication (In Shop). General Laborer $30.07 151 11 E View Q King Metal Fabrication In Shop). Mechanic $43.63 151 11 E View c a� King Metal Fabrication (In Shop). Welder/Burner $39.28 151 11 E View E King Millwright Journey Level $76.51 15J 4C View King Modular Buildings Cabinet Assembly $16.28 1 View a King Modular Buildings Electrician $16.28 1 View about:blank Packet Pg. 125 4/5/24,7:50 AM about:blank King Modular Buildings Equipment Maintenance $16.28 1 view King Modular Buildings Plumber $16.28 1 View L King Modular Buildings Production Worker $16.28 1 View ,0 King Modular Buildings Tool Maintenance $16.28 1 View r King Modular Buildings Utility Person $16.28 1 View King Modular Buildings Welder $16.28 1 View King Painters Journey Level $51.71 6Z 11J View E r King Pile Driver Crew Tender $80.82 15J 4C View 0 King Pile Driver Journey Level $75.41 15J 4C View z King Plasterers Journey Level $70.91 7Q 1 R View King Plasterers Nozzleman $74.91 7Q 1 R View E King Playground Et Park Equipment Journey Level $16.28 1 View L Installers °f Q King Plumbers Et Pipefitters Journey Level $103.19 6Z 1G View c King Power Equipment Operators Asphalt Plant Operators $83.62 15J 11G 8X View c King Power Equipment Operators Assistant Engineer $78.65 15J 11G 8X View d King Power Equipment Operators Barrier Machine (zipper) $82.88 15J 11G 8X View King Power Equipment Operators Batch Plant Operator: concrete $82.88 15J 11G 8X View U King Power Equipment Operators Boat Operator $83.95 7A 11 H 8X View King Power Equipment Operators Bobcat $78.65 15J 11G 8X View in King Power Equipment Operators Brokk - Remote Demolition $78.65 15J 11G 8X View y Equipment 0 King Power Equipment Operators Brooms $78.65 15J 11G 8X View 0 King Power Equipment Operators Bump Cutter $82.88 15J 11G 8X View co King Power Equipment Operators Cableways $83.62 15J 11G 8X View cD King Power Equipment Operators Chipper $82.88 15J 11G 8X View 0- 0 King Power Equipment Operators Compressor $78.65 15J 11G 8X View c R King Power Equipment Operators Concrete Finish Machine - $78.65 15J 11G 8X View m Laser Screed v L King Power Equipment Operators Concrete Pump - Mounted Or $82.25 15J 11G 8X View r Trailer High Pressure Line J Pump, Pump High Pressure p King Power Equipment Operators Concrete Pump: Truck Mount $83.62 15J 11G 8X View With Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount $82.88 15J 11G 8X View J With Boom Attachment Up To J 42 m aD r King Power Equipment Operators Conveyors $82.25 15J 11G 8X View t0 King Power Equipment Operators Cranes Friction: 200 tons and $86.48 7A 11 H 8X View 3 over c King Power Equipment Operators Cranes, A-frame: 10 tons and $78.95 7A 11 H 8X View under d King Power Equipment Operators Cranes: 100 tons through 199 $84.77 7A 11 H 8X View Q tons, or 150' of boom (including jib with attachments) E King Power Equipment Operators Cranes: 20 tons through 44 $83.20 7A 11 H 8X View tons with attachments a about:blank Packet Pg. 126 4/5/24,7:50 AM about:blank King Power Equipment Operators Cranes: 200 tons- 299 tons, or $85.66 7A 11 H 8X view 250' of boom including jib with attachments L 0 King Power Equipment Operators Cranes: 300 tons and over or $86.48 7A 11 H 8X View 300' of boom including jib with r attachments T) 0) King Power Equipment Operators Cranes: 45 tons through 99 $83.95 7A 11 H 8X View � tons, under 150' of E a� boom(including jib with 0 attachments) ~ King Power Equipment Operators Cranes: Friction cranes through $85.66 7A 11 H 8X View 3 199 tons a� King Power Equipment Operators Cranes: through 19 tons with $82.56 7A 11 H 8X View attachments, a-frame over 10 L tons Q King Power Equipment Operators Crusher $82.88 15J 11G 8X View King Power Equipment Operators Deck Engineer/Deck Winches $82.88 15J 11G 8X View (power) r c King Power Equipment Operators Derricks, On Building Work $83.62 15J 11G 8X View King Power Equipment Operators Dozers D-9 & Under $82.25 15J 11G 8X View as King Power Equipment Operators Drill Oilers: Auger Type, Truck $82.25 15J 11G 8X View 2 Or Crane Mount a� King Power Equipment Operators Drilling Machine $84.46 15J 11G 8X View N o� King Power Equipment Operators Elevator and man-lift: $78.65 15J 11G 8X View permanent and shaft type 0 0 King Power Equipment Operators Finishing Machine, Bidwell And $82.88 15J 11G 8X View Gamaco It Similar Equipment 00 King Power Equipment Operators Forklift: 3000 lbs and over with $82.25 15J 11G 8X View attachments a 0 King Power Equipment Operators Forklifts: under 3000 lbs. with $78.65 15J 11G 8X View attachments King Power Equipment Operators Grade Engineer: Using Blue $82.88 15J 11G 8X View v Prints, Cut Sheets, Etc r King Power Equipment Operators Gradechecker/Stakeman $78.65 15J 11G 8X View J King Power Equipment Operators Guardrail Punch $82.88 15J 11G 8X View 0 King Power Equipment Operators Hard Tail End Dump $83.62 15J 11G 8X View Articulating Off- Road U) Equipment 45 Yards. Et Over N King Power Equipment Operators Hard Tail End Dump $82.88 15J 11G 8X View 0 J Articulating Off-road E Equipment Under 45 Yards 0 King Power Equipment Operators Horizontal/Directional Drill $82.25 15J 11G 8X View Locator Y King Power Equipment Operators Horizontal/Directional Drill $82.88 15J 11G 8X View Operator E King Power Equipment Operators Hydralifts/Boom Trucks Over $82.56 7A 11 H 8X View 10 Tons Q King Power Equipment Operators Hydralifts/boom trucks: 10 $78.95 7A 11 H 8X View ; tons and under King Power Equipment Operators Leverman $85.33 15J 11G 8X View King Power Equipment Operators Loader, Overhead, 6 Yards. But $83.62 15J 11G 8X View Not Including 8 Yards Q about:blank Packet Pg. 127 4/5/24,7:50 AM about:blank King Power Equipment Operators Loaders, Overhead Under 6 $82.88 15J 11G 8X view Yards King Power Equipment Operators Loaders, Plant Feed $82.88 15J 11G 8X View ,0 King Power Equipment Operators Loaders: Elevating Type Belt $82.25 15J 11G 8X View King Power Equipment Operators Locomotives, All $82.88 15J 11G 8X View N King Power Equipment Operators Material Transfer Device $82.88 15J 11G 8X View J King Power Equipment Operators Mechanics: All (Leadmen $84.46 15J 11G 8X View $0.50 per hour over mechanic) 0 King Power Equipment Operators Motor Patrol Graders $83.62 15J 11G 8X View z Y King Power Equipment Operators Mucking Machine, Mole, Tunnel $83.62 15J 11G 8X View 3 Drill, Boring, Road Header And/or Shield E a) King Power Equipment Operators Oil Distributors, Blower $78.65 15J 11G 8X View L Distribution E Mulch Seeding Q Operator King Power Equipment Operators Outside Hoists (Elevators and $82.25 15J 11G 8X View Manlifts), Air Tuggers, Strato King Power Equipment Operators Overhead, bridge type Crane: $83.20 7A 11 H 8X View 20 tons through 44 tons King Power Equipment Operators Overhead, bridge type: 100 $84.77 7A 11 H 8X View tons and over 2_1 King Power Equipment Operators Overhead, bridge type: 45 tons $83.95 7A 11 H 8X View in through 99 tons N King Power Equipment Operators Pavement Breaker $78.65 15J 11G 8X View o 0 King Power Equipment Operators Pile Driver (other Than Crane $82.88 15J 11G 8X View a Mount) eo King Power Equipment Operators Plant Oiler -Asphalt, Crusher $82.25 15J 11G 8X View c King Power Equipment Operators Posthole Digger, Mechanical $78.65 15J 11G 8X View a King Power Equipment Operators Power Plant $78.65 15J 11G 8X View 0 R King Power Equipment Operators Pumps - Water $78.65 15J 11G 8X View T King Power Equipment Operators Quad 9, Hd 41, D10And Over $83.62 15J 11G 8X View King Power Equipment Operators Quick Tower: no cab, under $82.88 15J 11G 8X View J 100 feet in height base to 3: boom 00 King Power Equipment Operators Remote Control Operator On $83.62 15J 11G 8X View Rubber Tired Earth Moving Equipment 0 King Power Equipment Operators Rigger and Bellman $78.95 7A 11 H 8X View 00 King Power Equipment Operators Rigger/Signal Person, $82.56 7A 11 H 8X View E Bellman(Certified) 0 King Power Equipment Operators Rollagon $83.62 15J 11G 8X View Y King Power Equipment Operators Roller, Other Than Plant Mix $78.65 15J 11G 8X View 3 King Power Equipment Operators Roller, Plant Mix Or Multi-lift $82.25 15J 11G 8X View as Materials E a� King Power Equipment Operators Roto-mill, Roto-grinder $82.88 15J 11G 8X View King Power Equipment Operators Saws - Concrete $82.25 15J 11G 8X View Q King Power Equipment Operators Scraper, Self Propelled Under $82.88 15J 11G 8X View 45 Yards E King Power Equipment Operators Scrapers - Concrete E Carry All $82.25 15J 11G 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 $83.62 15J 11G 8X View a Yards And Over about:blank I Packet Pg. 128 4/5/24,7:50 AM about:blank King Power Equipment Operators Service Engineers: Equipment $82.25 15J 11G 8X view King Power Equipment Operators Shotcrete/Gunite Equipment $78.65 15J 11G 8X View L King Power Equipment Operators Shovel, Excavator, Backhoe, $82.25 15J 11G 8X View ,° Tractors Under 15 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: $83.62 15J 11G 8X View N Over 30 Metric Tons To 50 0 Metric Tons J E King Power Equipment Operators Shovel, Excavator, Backhoes, $82.88 15J 11G 8X View o Tractors: 15 To 30 Metric Tons H King Power Equipment Operators Shovel, Excavator, Backhoes: $84.46 15J 11G 8X View 3 Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $85.33 15J 11G 8X View m Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $83.62 15J 11G 8X View King Power Equipment Operators Spreader, Topsider Et $83.62 15J 11G 8X View Screedman a� King Power Equipment Operators Subgrader Trimmer $82.88 15J 11G 8X View King Power Equipment Operators Tower Bucket Elevators $82.25 15J 11G 8X View King Power Equipment Operators Tower Crane: over 175' through $85.66 7A 11 H 8X View 250' in height, base to boom 2-1 King Power Equipment Operators Tower crane: up to 175' in $84.77 7A 11 H 8X View ca�n height base to boom King Power Equipment Operators Tower Cranes: over 250' in $86.48 7A 11 H 8X View o height from base to boom ° 0 King Power Equipment Operators Transporters, All Track Or Truck $83.62 15J 11G 8X View Type Q King Power Equipment Operators Trenching Machines $82.25 15J 11G 8X View a King Power Equipment Operators Truck Crane Oiler/Driver: 100 $83.20 7A 11 H 8X View ' tons and over R m King Power Equipment Operators Truck crane oiler/driver: under $82.56 7A 11 H 8X View c� 100 tons a� r King Power Equipment Operators Truck Mount Portable Conveyor $82.88 15J 11G 8X View King Power Equipment Operators Vac Truck (Vactor Guzzler, $82.88 15J 11G 8X View 3: Hydro Excavator) King Power Equipment Operators Welder $83.62 15J 11G 8X View N King Power Equipment Operators Wheel Tractors, Farman Type $78.65 15J 11G 8X View 0 King Power Equipment Operators Yo Yo Pay Dozer $82.88 15J 11G 8X View J King Power Equipment Operators- Asphalt Plant Operators $83.62 15J 11G 8X View E Underground Sewer Et Water 0 King Power Equipment Operators- Assistant Engineer $78.65 15J 11G 8X View z Underground Sewer Et Water 3 King Power Equipment Operators- Barrier Machine (zipper) $82.88 15J 11G 8X View Underground Sewer Et Water E E King Power Equipment Operators- Batch Plant Operator, Concrete $82.88 15J 11G 8X View i Underground Sewer Et Water °f Q King Power Equipment Operators- Boat Operator $83.95 7A 11 H 8X View Underground Sewer Et Water E King Power Equipment Operators- Bobcat $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $78.65 15J 11G 8X View Q about:blank I Packet Pg. 129 4/5/24,7:50 AM about:blank Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $78.65 15J 11G 8X View Underground Sewer Et Water `o 0 King Power Equipment Operators- Bump Cutter $82.88 15J 11G 8X View Underground Sewer Et Water MA King Power Equipment Operators- Cableways $83.62 15J 11G 8X View a' 0 Underground Sewer Et Water J King Power Equipment Operators- Chipper $82.88 15J 11G 8X View Underground Sewer Et Water 0 King Power Equipment Operators- Compressor $78.65 15J 11G 8X View Underground Sewer Et Water 3 King Power Equipment Operators- Concrete Finish Machine - $78.65 15J 11G 8X View a) Underground Sewer Et Water Laser Screed E m King Power Equipment Operators- Concrete Pump - Mounted Or $82.25 15J 11G 8X View Underground Sewer Et Water Trailer High Pressure Line Q Pump, Pump High Pressure c King Power Equipment Operators- Concrete Pump: Truck Mount $83.62 15J 11G 8X View c Underground Sewer Et Water With Boom Attachment Over 42 c M cv King Power Equipment Operators- Concrete Pump: Truck Mount $82.88 15J 11G 8X View Underground Sewer Et Water With Boom Attachment Up To 42m a� King Power Equipment Operators- Conveyors $82.25 15J 11G 8X View U) Underground Sewer Et Water 6 King Power Equipment Operators- Cranes Friction: 200 tons and $86.48 7A 11 H 8X View 0 Underground Sewer Et Water over King Power Equipment Operators- Cranes, A-frame: 10 tons and $78.95 7A 11 H 8X View oo Underground Sewer Et Water under Q King Power Equipment Operators- Cranes: 100 tons through 199 $84.77 7A 11 H 8X View a Underground Sewer Et Water tons, or 150' of boom ? (including jib with attachments) U King Power Equipment Operators- Cranes: 20 tons through 44 $83.20 7A 11 H 8X View Underground Sewer Et Water tons with attachments J King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $85.66 7A 11 H 8X View 3: Underground Sewer Et Water 250' of boom including jib with 0 attachments King Power Equipment Operators- Cranes: 300 tons and over or $86.48 7A 11 H 8X View Underground Sewer Et Water 300' of boom including jib with A attachments 0 J King Power Equipment Operators- Cranes: 45 tons through 99 $83.95 7A 11 H 8X View E Underground Sewer Et Water tons, under 150' of 0 boom(including jib with attachments) r King Power Equipment Operators- Cranes: Friction cranes through $85.66 7A 11 H 8X View Underground Sewer Et Water 199 tons King Power Equipment Operators- Cranes: through 19 tons with $82.56 7A 11 H 8X View 0 d Underground Sewer Et Water attachments, a-frame over 10 tons Q King Power Equipment Operators- Crusher $82.88 15J 11G 8X View Underground Sewer Et Water t King Power Equipment Operators- Deck Engineer/Deck Winches $82.88 15J 11G 8X View Underground Sewer Et Water (power) a about:blank Packet Pg. 130 4/5/24,7:50 AM about:blank King Power Equipment Operators- Derricks, On Building Work $83.62 15J 11G 8X view Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $82.25 15J 11G 8X View ,0 Underground Sewer Et Water U) King Power Equipment Operators- Drill Oilers: Auger Type, Truck $82.25 15J 11G 8X View �, Underground Sewer Et Water Or Crane Mount o King Power Equipment Operators- Drilling Machine $84.46 15J 11G 8X View J Underground Sewer Et Water King Power Equipment Operators- Elevator and man-lift: $78.65 15J 11G 8X View 0 Underground Sewer Et Water permanent and shaft type King Power Equipment Operators- Finishing Machine, Bidwell And $82.88 15J 11G 8X View 3 Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 lbs and over with $82.25 15J 11G 8X View m Underground Sewer Et Water attachments King Power Equipment Operators- Forklifts: under 3000 lbs. with $78.65 15J 11G 8X View Underground Sewer Et Water attachments c King Power Equipment Operators- Grade Engineer: Using Blue $82.88 15J 11G 8X View Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $83.62 15J 11G 8X View oa Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over 0 0 King Power Equipment Operators- Hard Tail End Dump $82.88 15J 11G 8X View Underground Sewer Et Water Articulating Off-road 00 Equipment Under 45 Yards Q King Power Equipment Operators- Horizontal/Directional Drill $82.25 15J 11G 8X View a Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/Directional Drill $82.88 15J 11G 8X View Underground Sewer Et Water Operator v L King Power Equipment Operators- Hydralifts/boom trucks: 10 $78.95 7A 11 H 8X View AT Underground Sewer Et Water tons and under King Power Equipment Operators- Hydralifts/boom trucks: over $82.56 7A 11 H 8X View 3: Underground Sewer Et Water 10 tons King Power Equipment Operators- Leverman $85.33 15J 11G 8X View Underground Sewer Et Water . , King Power Equipment Operators- Loader, Overhead, 6 Yards. But $83.62 15J 11G 8X View c Underground Sewer Et Water Not Including 8 Yards J E King Power Equipment Operators- Loaders, Overhead Under 6 $82.88 15J 11G 8X View Underground Sewer Et Water Yards H0 z King Power Equipment Operators- Loaders, Plant Feed $82.88 15J 11G 8X View r Underground Sewer Et Water 3 c King Power Equipment Operators- Loaders: Elevating Type Belt $82.25 15J 11G 8X View 0 Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $82.88 15J 11G 8X View Q Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $82.88 15J 11G 8X View Underground Sewer Et Water E King Power Equipment Operators- Mechanics: All (Leadmen - $84.46 15J 11G 8X View Underground Sewer Et Water $0.50 per hour over mechanic) a about:blank Packet Pg. 131 4/5/24,7:50 AM about:blank King Power Equipment Operators- Motor Patrol Graders $83.62 15J 11G 8X view Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $83.62 15J 11G 8X View ,0 Underground Sewer Et Water Drill, Boring, Road Header And/or Shield r King Power Equipment Operators- Oil Distributors, Blower $78.65 15J 11G 8X View o Underground Sewer Et Water Distribution Et Mulch Seeding Operator E a� r King Power Equipment Operators- Outside Hoists (Elevators and $82.25 15J 11G 8X View 0 Underground Sewer Et Water Manlifts), Air Tuggers, Strato King Power Equipment Operators- Overhead, bridge type Crane: $83.20 7A 11 H 8X View 3 Underground Sewer Et Water 20 tons through 44 tons King Power Equipment Operators- Overhead, bridge type: 100 $84.77 7A 11 H 8X View E a� Underground Sewer Et Water tons and over L King Power Equipment Operators- Overhead, bridge type: 45 tons $83.95 7A 11 H 8X View Q Underground Sewer Et Water through 99 tons c King Power Equipment Operators- Pavement Breaker $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $82.88 15J 11G 8X View Underground Sewer Et Water Mount) as King Power Equipment Operators- Plant Oiler -Asphalt, Crusher $82.25 15J 11G 8X View 2 Underground Sewer Et Water a� King Power Equipment Operators- Posthole Digger, Mechanical $78.65 15J 11G 8X View U) Underground Sewer Et Water y King Power Equipment Operators- Power Plant $78.65 15J 11G 8X View 0 0 Underground Sewer Et Water c9 King Power Equipment Operators- Pumps - Water $78.65 15J 11G 8X View 00 Underground Sewer Et Water CD King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $83.62 15J 11G 8X View a Underground Sewer Et Water King Power Equipment Operators- Quick Tower: no cab, under $82.88 15J 11G 8X View Underground Sewer Et Water 100 feet in height base to c) boom a� r r King Power Equipment Operators- Remote Control Operator On $83.62 15J 11G 8X View Underground Sewer Et Water Rubber Tired Earth Moving �O Equipment W King Power Equipment Operators- Rigger and Bellman $78.95 7A 11 H 8X View ,n Underground Sewer Et Water r King Power Equipment Operators- Rigger/Signal Person, $82.56 7A 11 H 8X View o Underground Sewer Et Water Bellman(Certified) King Power Equipment Operators- Rollagon $83.62 15J 11G 8X View E r Underground Sewer Et Water 0 King Power Equipment Operators- Roller, Other Than Plant Mix $78.65 15J 11G 8X View r Underground Sewer Et Water 3 King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $82.25 15J 11G 8X View Underground Sewer Et Water Materials E King Power Equipment Operators- Roto-mill, Roto-grinder $82.88 15J 11G 8X View L Underground Sewer Et Water Q King Power Equipment Operators- Saws - Concrete $82.25 15J 11G 8X View 55 Underground Sewer Et Water E t King Power Equipment Operators- Scraper, Self Propelled Under $82.88 15J 11G 8X View Underground Sewer Et Water 45 Yards a about:blank Packet Pg. 132 4/5/24,7:50 AM about:blank King Power Equipment Operators- Scrapers - Concrete Et Carry All $82.25 15.1 11G 8X view Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $83.62 15J 11G 8X View ,0 Underground Sewer Et Water Yards And Over U) King Power Equipment Operators- Shotcrete/Gunite Equipment $78.65 15.1 11G 8X View �, Underground Sewer Et Water o King Power Equipment Operators- Shovel, Excavator, Backhoe, $82.25 15J 11G 8X View J Underground Sewer Et Water Tractors Under 15 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoe: $83.62 15J 11G 8X View 0 Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons 3 King Power Equipment Operators- Shovel, Excavator, Backhoes, $82.88 15.1 11G 8X View Underground Sewer Et Water Tractors: 15 To 30 Metric Tons E (D L King Power Equipment Operators- Shovel, Excavator, Backhoes: $84.46 15J 11G 8X View � Underground Sewer Et Water Over 50 Metric Tons To 90 Q Metric Tons U c King Power Equipment Operators- Shovel, Excavator, Backhoes: $85.33 15J 11G 8X View Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $83.62 15.1 11G 8X View Underground Sewer Et Water as King Power Equipment Operators- Spreader, Topsider Et $83.62 15J 11G 8X View 2 Underground Sewer Et Water Screedman a� King Power Equipment Operators- Subgrader Trimmer $82.88 15.1 11G 8X View U) Underground Sewer Et Water y King Power Equipment Operators- Tower Bucket Elevators $82.25 15.1 11G 8X View 0 0 Underground Sewer Et Water c9 King Power Equipment Operators- Tower Crane: over 175' through $85.66 7A 11 H 8X View 00 Underground Sewer Et Water 250' in height, base to boom Q King Power Equipment Operators- Tower crane: up to 175' in $84.77 7A 11 H 8X View a Underground Sewer Et Water height base to boom King Power Equipment Operators- Tower Cranes: over 250' in $86.48 7A 11 H 8X View Underground Sewer Et Water height from base to boom c� L King Power Equipment Operators- Transporters, All Track Or Truck $83.62 15J 11G 8X View r Underground Sewer Et Water Type King Power Equipment Operators- Trenching Machines $82.25 15.1 11G 8X View 3: Underground Sewer Et Water W King Power Equipment Operators- Truck Crane Oiler/Driver: 100 $83.20 7A 11 H 8X View Underground Sewer Et Water tons and over . , King Power Equipment Operators- Truck crane oiler/driver: under $82.56 7A 11 H 8X View c Underground Sewer Et Water 100 tons J E King Power Equipment Operators- Truck Mount Portable Conveyor $82.88 15J 11G 8X View Underground Sewer Et Water 0 z King Power Equipment Operators- Vac Truck (Vactor Guzzler, $82.88 15J 11G 8X View r Underground Sewer Et Water Hydro Excavator) 3 c King Power Equipment Operators- Welder $83.62 15J 11G 8X View 0 Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farmall Type $78.65 15J 11G 8X View Q Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $82.88 15J 11G 8X View Underground Sewer Et Water E King Power Line Clearance Tree Journey Level In Charge $57.22 5A 4A View Trimmers a about:blank Packet Pg. 133 4/5/24,7:50 AM about:blank King Power Line Clearance Tree Spray Person $54.32 5A 4A view Trimmers King Power Line Clearance Tree Tree Equipment Operator $57.22 5A 4A View ,o Trimmers u, King Power Line Clearance Tree Tree Trimmer $51.18 5A 4A View 2 Trimmers o King Power Line Clearance Tree Tree Trimmer Groundperson $38.99 5A 4A View J Trimmers Y King Refrigeration Et Air Conditioning Journey Level $95.89 6Z 1G View H Mechanics King Residential Brick Mason Journey Level $69.07 7E 1 N View 3 c King Residential Carpenters Journey Level $36.44 1 View E King Residential Cement Masons Journey Level $46.64 1 View L King Residential Drywall Applicators Journey Level $74.96 15.1 4C View Q King Residential Drywall Tapers Journey Level $36.36 1 View c King Residential Electricians Journey Level $48.80 1 View King Residential Glaziers Journey Level $28.93 1 View d King Residential Insulation Journey Level $28.18 1 View Applicators King Residential Laborers Journey Level $29.73 1 View King Residential Marble Setters Journey Level $27.38 1 View U) King Residential Painters Journey Level $23.47 1 View 06 N King Residential Plumbers Et Journey Level $45.40 1 View o Pipefitters 0 King Residential Refrigeration Et Air Journey Level $96.42 7F 1 E View 00 Conditioning Mechanics o King Residential Sheet Metal Journey Level $96.42 7F 1 E View Workers C King Residential Soft Floor Lavers Journey Level $57.11 5A 3J View R King Residential Sprinkler Fitters Journey Level $63.61 1 View L) .(Fire Protection), aD Y Y King Residential Stone Masons Journey Level $69.07 7E 1 N View King Residential Terrazzo Workers Journey Level $62.36 7E 1 N View King Residential Terrazzo/Tile Journey Level $24.39 1 View Finishers King Residential Tile Setters Journey Level $21.04 1 View 0 King Roofers Journey Level $64.45 5A 3H View J King Roofers Using Irritable Bituminous $67.39 5A 3H View E Materials °' 0 King Sheet Metal Workers Journey Level (Field or Shop) $96.42 7F 1 E View ~ z Y King Shipbuilding Et Ship Repair New Construction Boilermaker $51.85 7X 4J View 3 King Shipbuilding Et Ship Repair New Construction Carpenter $51.85 7X 4J View as King Shipbuilding Et Ship Repair New Construction Crane $43.16 7V 1 View Operator King Shipbuilding Et Ship Repair New Construction Electrician $51.85 7X 4J View Q King Shipbuilding Et Ship Repair New Construction Heat Et Frost $87.15 15H 11C View Insulator E King Shipbuilding Et Ship Repair New Construction Laborer $51.85 7X 4J View Y King Shipbuilding Et Ship Repair New Construction Machinist $51.85 7X 4J View a about:blank I Packet Pg. 134 4/5/24,7:50 AM about:blank King Shipbuilding Et Ship Repair New Construction Operating $43.16 7V 1 view Engineer King Shipbuilding Et Ship Repair New Construction Painter $51.95 7X 4J View ,0 King Shipbuilding Et Ship Repair New Construction Pipefitter $51.85 7X 4J View U) King Shipbuilding Et Ship Repair New Construction Rigger $51.85 7X 4J View N King Shipbuilding Et Ship Repair New Construction Sheet Metal $51.85 7X 4J View J King Shipbuilding Et Ship Repair New Construction Shipwright $51.85 7X 4J View E King Shipbuilding Et Ship Repair New Construction $43.16 7V 1 View 0 Warehouse/Teamster King Shipbuilding Et Ship Repair New Construction Welder / $51.85 7X 4J View 3 Burner c as King Shipbuilding Et Ship Repair Ship Repair Boilermaker $51.85 7X 4.1 View E King Shipbuilding Et Ship Repair Ship Repair Carpenter $51.85 7X 4J View L a� King Shipbuilding Et Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View Q m King Shipbuilding Et Ship Repair Ship Repair Electrician $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost $87.15 15H 11C View Insulator King Shipbuilding Et Ship Repair Ship Repair Laborer $51.85 7X 4J View 2 King Shipbuilding Et Ship Repair Ship Repair Machinist $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Painter $51.95 7X 4.1 View N King Shipbuilding Et Ship Repair Ship Repair Pipefitter $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Rigger $51.85 7X 4J View 0 a air King Shipbuilding Et Ship Rep Ship Repair Sheet Metal $51.85 7X 4-1 View .. 00 King Shipbuilding Et Ship Repair Ship Repair Shipwright $51.85 7X 4J View c King Shipbuilding Et Ship Repair Ship Repair Warehouse / $45.06 7Y 4K View Teamster Q- King Sign Makers Et Installers Journey Level $58.04 0 1 View .(Electrical). U King Sign Makers Et Installers (Non- Journey Level $37.08 0 1 View Electrical), J King Soft Floor Layers Journey Level $66.32 15.1 4C View King Solar Controls For Windows Journey Level $16.28 1 View King Sprinkler Fitters (Fire Journey Level $95.49 5C 1X View Protection), N King Stage Rigging Mechanics (Non Journey Level $16.28 1 View 0 Structural), -J King Stone Masons Journey Level $69.07 7E 1 N View (D King Street And Parking Lot Sweeper Journey Level $19.09 1 View t0 Workers King Surveyors Assistant Construction Site $82.56 7A 11 H 8X View 3 Surveyor King Surveyors Chainman $78.95 7A 11 H 8X View d King Surveyors Construction Site Surveyor $83.95 7A 11 H 8X View Q King Surveyors Drone Operator (when used in $78.95 7A 11 H 8X View conjunction with survey work only) King Surveyors Ground Penetrating Radar $78.95 7A 11 H 8X View Operator a King Telecommunication Technicians Journey Level $65.66 7E 1 E View about:blank Packet Pg. 135 4/5/24,7:50 AM about:blank King Telephone Line Construction - Cable Splicer $40.36 5A 2B view Outside King Telephone Line Construction - Hole Digger/Ground Person $26.92 5A 2B View ,o Outside u, V King Telephone Line Construction - Telephone Equipment Operator $33.74 5A 2B View Outside (Light) o King Telephone Line Construction - Telephone Lineperson $38.15 5A 2B View J Outside W r King Terrazzo Workers Journey Level $62.36 7E 1 N View H King Tile Setters Journey Level $62.36 7E 1 N View 3 King Tile, Marble Et Terrazzo Finisher $53.19 7E 1 N View Finishers E King Traffic Control Stripers Journey Level $89.54 15L 1K View W L King Truck Drivers Asphalt Mix Over 16 Yards $74.95 15J 11M 8L View Q King Truck Drivers Asphalt Mix To 16 Yards $74.02 15J 11M 8L View c King Truck Drivers Dump Truck $74.02 15J 11M 8L View King Truck Drivers Dump Truck Et Trailer $74.95 15J 11M 8L View d King Truck Drivers Other Trucks $74.95 15J 11M 8L View King Truck Drivers - Ready Mix Transit Mix $74.95 15J 11M 8L View King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 View 2 Installers U) King Well Drillers Et Irrigation Pump Oiler $16.28 1 View °d Installers -a O King Well Drillers Et Irrigation Pump Well Driller $18.00 1 View O Installers 00 0 a c R m U L r r J 0 N V r N O J E N r O H t 3 c as E a) d L Q E V Q about:blank Packet Pg. 136 8.F • KENT W A S M I N G T O N DATE: July 2, 2024 TO: Kent City Council SUBJECT: Accept the Meet Me on Meeker (Russell - Midtown 64) Sidewalk Improvements Project as Complete - Authorize MOTION: I move to authorize the Mayor to accept the Meet Me on Meeker (Russell - Midtown 64) Sidewalk Improvements Project as complete and release retainage to Axum General Construction, Inc. upon receipt of standard releases from the State and the release of any liens. SUMMARY: This project included scored concrete sidewalk and a shared-use path along the south side of the road, along with associated landscaping, irrigation, and street lighting. The final contract total paid was $1,349,920.79 which is $78,500.98 under the original contract amount of $1,428,421.77. BUDGET IMPACT: The project was paid for using federal grant dollars, with the local match coming from the Capital Resources Fund. SUPPORTS STRATEGIC PLAN GOAL: Evolving Infrastructure - Connecting people and places through strategic investments in physical and technological infrastructure. Thriving City - Creating safe neighborhoods, healthy people, vibrant commercial districts, and inviting parks and recreation. Packet Pg. 137 8.G • KENT W A S M I N G T O N DATE: July 2, 2024 TO: Kent City Council SUBJECT: Interagency Agreement with the Washington Traffic Safety Commission - DUI Court Grant - Accept MOTION: I move to accept grant funds in the amount of $175,000 from the Washington Traffic Safety Commission for DUI court, amend the budget, authorize expenditure of funds, and authorize the Mayor to sign all necessary documents, subject to terms acceptable to the Court Administrator and City Attorney. SUMMARY: Kent Municipal DUI (Driving Under the Influence) Court has been awarded up to $175,000 in grant funding from the Washington Traffic Safety Commission for the one-year period beginning July 1, 2024 and ending June 30, 2025. The Kent Municipal DUI Court team identifies, supports, and supervises high- risk impaired drivers, and has established a strong working relationship with the Washington Traffic Safety Commission beginning with the DUI Court's inception in 2017. The purpose of this grant is to reimburse the City for certain DUI Court expenditures, which may include: drug/alcohol urinalysis collection and testing; substance use disorder assessments; treatment and counseling; probation staff; team training; interpreter services; breath testing / secure continuous alcohol monitoring / electronic home monitoring services; clean and sober housing; support of prosocial activities; and graduation refreshments. This agreement will go before the Committee of the Whole and on the City Council Consent Agenda on the same date-July 2, 2024. BUDGET IMPACT: Expenditures will be offset by the acceptance of the grant funds. SUPPORTS STRATEGIC PLAN GOAL: Innovative Government - Delivering outstanding customer service, developing leaders, and fostering innovation. Sustainable Services - Providing quality services through responsible financial management, economic growth, and partnerships. Packet Pg. 138 8.G ATTACHMENTS: 1. Interagency Agreement for 2025 Kent DUI Court (PDF) Packet Pg. 139 8.G.a 0 O y N E E WEMS O U A r R INTERAGENCY AGREEMENT _ 0 BETWEEN THE Washington Traffic Safety Commission ANDw _ City of Kent L a 2025-ST-5375-Kent DUI Court _ a� a� THIS AGREEMENT is made and entered into by and between the Washington Traffic Safety r Commission, hereinafter referred to as "WTSC," and City of Kent, hereinafter referred to as "SUB- RECIPIENT." 0 NOW THEREFORE, in consideration of the authority provided to WTSC in RCW 43.59 and RCW 39.34, 3 terms, conditions, covenants, and performance contained herein, or attached and incorporated and mad( a part hereof, the parties mutually agree as follows: o r _ 1. PURPOSE OF THE AGREEMENT: Y The purpose of this Agreement is to provide funding for traffic safety grant project 2025-ST-5375-Kent o DUI Court. N L 0 2. PERIOD OF PERFORMANCE The period of performance of this Contract shall commence upon the date of execution by both Parties o L July 01, 2024, whichever is later, and remain in effect until June 30, 2025, unless terminated sooner, as a provided herein. 3. STATEMENT OF WORK ;a _ The SUB-RECIPIENT shall carry out the provisions of the traffic safety project described here as the Statement of Work (SOW). If the SUB-RECIPIENT is unable to fulfill the SOW in any manner on this E r a a e1of17 Packet Pg. 140 8.G.a 0 0 project, the SUB-RECIPIENT must contact the WTSC Program Manager immediately and discuss a N potential amendment. All State regulations will apply. E 0 3.1 SCOPE OF WORK r 3.1.1 Problem ID and/or Opportunity U) Impaired driving continues to be the most common contributing factor in Washington's traffic fatalities, represented in nearly half of all traffic fatalities year after year (WTSC State of the State Brief#11, May 2023). Impaired driving often stems from the driver having addictions to alcohol and/or impairing substances. These drivers are at a high risk of repeatedly driving while impaired — especially those drivers with prior DUI convictions. The likelihood of a driver with a prior DUI conviction becoming involve( in a fatal car crash is 4.1 times that of a first-time DUI offender. According to the National Center for DWI Courts, DUI Court participants are 19% less likely to reoffend, while DUI Courts save taxpayers' money, w improve public safety, and serve to change participants' thinking and behavior. The SUB-RECIPIENT's DUI Court averages 30 defendants per year with two or more prior DUI arrests. 4) Since its inception in 2017, which includes a brief hold on admitting new participants in 2020, the SUB- a RECIPIENT's DUI Court admitted 84 participants, 62% of whom have either successfully graduated or are currently on track to do so. 0 L 3.1.2 Project Purpose and Strategies = N The purpose of the project is to prevent high risk impaired drivers in the jurisdiction of the City of Kent Q from re-offending. L 0 0 The use of a DUI Court model is the strategy that will be used to accomplish this purpose. U U, 0 r The SUB-RECIPIENT will accomplish this by providing supervision, treatment, and monitoring to high-ris Y impaired drivers (HRIDs) to prevent them from driving impaired by treating the root cause of their N behavior: substance abuse disorder, with or without mental illness. N L Also, the SUB-RECIPIENT will strive to follow the NCDC's 10 guiding principles to demonstrate reduced L2 DUI recidivism. Participants in DUI court programs that closely follow the 10 guiding principles have beer Z shown to have a significant reduction in recidivism, with one study from Michigan showing that participants of DUI courts are 19 times less likely to reoffend than offenders processed through a a traditional court (National Centers for DWI Courts). 3.2 PROJECT GOALS _ 1) Subrecipient's DUI Court will follow best practices defined by NCDC. 2) Increase the number of DUI Court participants by 25% by June 30, 2025. r a a e2of17 Packet Pg. 141 8.G.a 0 0 3) Conduct drug and alcohol monitoring at least four times each month for all DUI Court participants. N E 3.2.1 The objectives, measures and timelines listed in Appendix A will be reviewed at least annually by 0 the designated contacts of the SUB-RECIPIENT and WTSC, and may be updated pursuant to clause 6 c r this AGREEMENT. For the purposes of this section only, the parties' DESIGNATED CONTACTS, as listed in clause 32, are authorized to execute these amendments to Appendix A. 0 L 3.3. COMPENSATION _ 3.3.1 The cost of accomplishing the work described in the SOW will not exceed $175,000.00, for the entire period of performance, as allocated to each year of this agreement in Section 3.4 PROJECT COSTS. Unspent contract funds from each year do NOT carry over into subsequent years and each year's budget is independent of the others. w 3.3.2 Payment for satisfactory performance of the work shall not exceed this amount unless the parties mutually agree to a higher amount in a written Amendment to this Agreement executed by both parties. L 3.3.3 After the first year, continuation is subject to funding availability, agreement on future objectives ani measures, and satisfactory progress toward completion of agreed upon goals (as determined by WTSC), as set forth in the SOW. a� r _ 3.3.4 If the SUB-RECIPIENT intends to charge indirect costs, an Indirect Cost Rate must be established N in accordance with WTSC policies, and an approved cost allocation plan may be required to be submittei Q to the WTSC before any performance is conducted under this Agreement. Indirect cost rates are subject L to change based on updated Indirect Rate Letters from a cognizant federal agency or approved cost 0 allocation plans. If the indirect rate increases, the budget will be modified by deducting the amount of the 0 indirect rate increase from other budget categories so that the total budget does not increase. The total budget may not increase without an amendment to this agreement executed by both parties. Y N 3.3.5 WTSC will only reimburse the SUB-RECIPIENT for travel related expenses for travel defined in the N L scope of work and budget or for which approval was expressly granted. The SUB-RECIPIENT must 1° submit a travel authorization form (A-40) to request approval for any travel not defined in the SOW and 5 for all travel outside of the continental United States. a� L 3.3.6 WTSC will reimburse travel related expenses consistent with the written travel policies of the SUB- >, RECIPIENT. If no written policy exists, state travel rates and policies (SAAM Chapter 10) apply. If WTSC makes travel arrangements on behalf of the SUB-RECIPIENT, state travel policies must also be followed F Washington State Administrative & Accounting Manual (SAAM) Chapter 10 can be obtained at this website: https://www.ofm.wa.g ov/sites/default/files/public/legacy/policy/10.htm. If for any reason, this information is not available at this website, contact the WTSC office at 360-725-9860 to obtain a copy. If E r a a e3of17 Packet Pg. 142 8.G.a 0 0 following state travel policies, the SUB-RECIPIENT must provide appropriate documentation (receipts) tc 'N support reimbursement requests, including the A-40 Travel Authorization form if required. E 0 3.3.7 All equipment purchased with this grant must be inventoried by the SUB-RECIPIENT. The SUB- r RECIPIENT agrees to maintain the equipment, continue to use it for project purposes, and report on its status to WTSC each year when requested. ) L 3.3.8 Equipment is defined as any asset with a useful life greater than one year AND a unit cost of$5,00, or greater, and small and attractive assets. Small and attractive assets are the following if they a unit cost of $300 or more: • Laptops and Notebook Computers • Tablets and Smart phones w _ Small and attractive assets also include the following if they have a unit cost of $1,000 or more: a L • Optical Devices, Binoculars, Telescopes, Infrared Viewers, and Rangefinders • Cameras and Photographic Projection Equipment • Desktop Computers (PCs) • Television Sets, DVD Players, Blu-ray Players and Video Cameras (home type) N O r 3.4. PROJECT COSTS 0 U The costs for the work under the SOW to be provided by the SUB-RECIPIENT are as follows: o r _ Year 1: $175,000.00 Y N O N L 0 _ APPLICABLE STATE TERMS AND CONDITIONS: E a� a� L 4. ACTIVITY REPORTS Q The SUB-RECIPIENT will submit progress reports on the activity of this project in the form provided by the WTSC using the WTSC Enterprise Management System (WEMS) Progress Reporting process or other alternate means pre-approved by WTSC. The SUB- RECIPIENT will include copies of publications, 2 training reports, advertising, social media posts, meeting agendas, and any statistical data generated in r project execution in the reports. The final report will be submitted to WTSC within 30 days of termination r a Dacie4of17 Packet Pg. 143 8.G.a O O of this Agreement. WTSC reserves the right to delay the processing of invoices until activity reports are N received and approved. E O 5. ADVANCE PAYMENTS PROHIBITED r No payments in advance of or in anticipation of goods or services to be provided under this Agreement shall be made by the WTSC. ) r_ M L 6. AGREEMENT ALTERATIONS AND AMENDMENTS This Agreement may be amended by mutual agreement of the parties in the form of a written Amendmer to this Agreement. Such amendments shall only be binding if they are in writing and signed by personnel authorized to bind each of the parties. 7. ALL WRITINGS CONTAINED HEREIN w This Agreement contains all the terms and conditions agreed upon by the parties. No other understandings, oral or otherwise, regarding the subject matter of this Agreement shall be deemed to exist or to bind any of the parties hereto. a 8. SUBCONTRACTING REQUIREMENTS The SUB-RECIPIENT may not assign the work to be provided under this Agreement, in whole or in part, a� without the express prior written consent of the WTSC, which consent shall not be unreasonably withhelc The SUB-RECIPIENT shall provide the WTSC a copy of all third-party contracts and agreements enterec N into for purposes of fulfilling the SOW. Such third-party contracts and agreements must follow applicable state and local law, including but not limited to procurement law, rules, and procedures. L 3 O 9. ATTORNEYS' FEES In the event of litigation or other action brought to enforce the Agreement terms, each party agrees to r bear its own attorney fees and costs. Y N 10. BILLING PROCEDURE N L The SUB-RECIPIENT shall submit monthly invoices for reimbursement to WTSC with supporting L° documentation as WTSC shall require. All invoices for reimbursement shall be submitted through the WEMS invoicing process, or via alternate method if approved by WTSC. Payment to the SUB- RECIPIENT for approved and completed work will be made by warrant or account transfer by WTSC a within 30 days of receipt of such properly documented invoices acceptable to WTSC. Upon expiration of the Agreement, any claim for payment not already made shall be submitted within 45 days after the expiration date of this Agreement. All invoices for goods received or services performed on or prior to June 30, must be received by WTSC no later than August 10 of the same calendar year. All invoices for goods received or services performed between July 1 and September 30, must be received by WTSC nc later than November 10 of the same calendar year. WTSC reserves the right to delay the processing of r a a e5of17 Packet Pg. 144 8.G.a 0 0 invoices until activity reports required by Section 4 of this agreement, are received and approved. N E 11. CONFIDENTIALITY/SAFEGUARDING OF INFORMATION 0 U The SUB-RECIPIENT shall not use or disclose any information concerning the WTSC, or information r which may be classified as confidential, for any purpose not directly connected with the administration of this Agreement, except with prior written consent of the WTSC, or as may be required by law. 0 L 12. COST PRINCIPLES Costs incurred under this Agreement shall be governed by the laws of the State of Washington. w _ 13. COVENANT AGAINST CONTINGENT FEES The SUB-RECIPIENT warrants that it has not paid, and agrees not to pay, any bonus, commission, brokerage, or contingent fee to solicit or secure this Agreement or to obtain approval of any application w for financial assistance for this Agreement. The WTSC shall have the right, in the event of breach of this Q5 section by the SUB-RECIPIENT, to annul this Agreement without liability. L 14. DISPUTES 14.1. Disputes arising in the performance of this Agreement, which are not resolved by agreement of the parties, shall be decided in writing by the WTSC Deputy Director or designee. This decision shall be final a� and conclusive, unless within 10 days from the date of the SUB-RECIPIENT's receipt of WTSC's written decision, the SUB-RECIPIENT furnishes a written appeal to the WTSC Director. The SUB-RECIPIENT's N appeal shall be decided in writing by the Director or designee within 30 days of receipt of the appeal by the Director. The decision shall be binding upon the SUB-RECIPIENT and the SUB-RECIPIENT shall L abide by the decision. 0 14.2. Performance During Dispute. Unless otherwise directed by WTSC, the SUB-RECIPIENT shall _ continue performance under this Agreement while matters in dispute are being resolved. Y N 14.3. In the event that either Party deems it necessary to institute legal action or proceedings to enforce N L any right or obligation under this Agreement, the Parties hereto agree that any such action or ° proceedings shall be brought in the superior court situated in Thurston County, Washington. E a� a� 15. GOVERNANCE 15.1. This Agreement is entered into pursuant to and under the authority granted by the laws of the state >, of Washington and any applicable federal laws. The provisions of this Agreement shall be construed to conform to those laws. ;a _ 15.2. In the event of an inconsistency in the terms of this Agreement, or between its terms and any applicable statute or rule, the inconsistency shall be resolved by giving precedence in the following order E r a a e6of17 Packet Pg. 145 8.G.a 0 c 0 y 15.2.1. Applicable federal and state statutes and rules E 15.2.2. Terms and Conditions of this Agreement 0 15.2.3. Any Amendment executed under this Agreement 15.2.4. Any SOW executed under this Agreement 15.2.5. Any other provisions of the Agreement, including materials incorporated by reference n M L 16. INCOME c Any income earned by the SUB-RECIPIENT from the conduct of the SOW (e.g., sale of publications, 2 registration fees, or service charges) must be accounted for, reported to WTSC, and that income must bE applied to project purposes or used to reduce project costs. M 17. INDEMNIFICATION 3 17.1. To the fullest extent permitted by law, the SUB-RECIPIENT shall indemnify and hold harmless the WTSC, its officers, employees, and agents, and process and defend at its own expense any and all E claims, demands, suits at law or equity, actions, penalties, losses, damages, or costs of whatsoever kind Q ("claims") brought against WTSC arising out of or in connection with this Agreement and/or the SUB- RECIPIENT's performance or failure to perform any aspect of the Agreement. This indemnity provision applies to all claims against WTSC, its officers, employees, and agents arising out of, in connection with, or incident to the acts or omissions of the SUB-RECIPIENT, its officers, employees, agents, contractors, and subcontractors. Provided, however, that nothing herein shall require the SUB-RECIPIENT to N indemnify and hold harmless or defend the WTSC, its agents, employees, or officers to the extent that Q claims are caused by the negligent acts or omissions of the WTSC, its officers, employees or agents; an( provided further that if such claims result from the concurrent negligence of (a) the SUB-RECIPIENT, its officers, employees, agents, contractors, or subcontractors, and (b) the WTSC, its officers, employees, o 5 agents, or involves those actions covered by RCW 4.24.115, the indemnity provisions provided herein shall be valid and enforceable only to the extent of the negligence of the SUB-RECIPIENT, its officers, Y employees, agents, contractors, or subcontractors. N 0 N L 17.2. The SUB-RECIPIENT agrees that its obligations under this Section extend to any claim, demand ° and/or cause of action brought by, or on behalf of, any of its employees or agents in the performance of this agreement. For this purpose, the SUB-RECIPIENT, by mutual negotiation, hereby waives with L respect to WTSC only, any immunity that would otherwise be available to it against such claims under thi a Industrial Insurance provisions chapter 51.12 RCW. c a� 17.3. The indemnification and hold harmless provision shall survive termination of this Agreement. ;a a� c 18. INDEPENDENT CAPACITY The employees or agents of each party who are engaged in the performance of this Agreement shall E 0 a page 7 of 17 Packet Pg. 146 8.G.a 0 c 0 continue to be employees or agents of that party and shall not be considered for any purpose to be N employees or agents of the other party. E 0 19. INSURANCE COVERAGE 19.1. The SUB-RECIPIENT shall comply with the provisions of Title 51 RCW, Industrial Insurance, if required by law. 2 r_ M L 19.2. If the SUB-RECIPIENT is not required to maintain insurance in accordance with Title 51 RCW, prio to the start of any performance of work under this Agreement, the SUB-RECIPIENT shall provide WTSC with proof of insurance coverage (e.g., vehicle liability insurance, private property liability insurance, or commercial property liability insurance), as determined appropriate by WTSC, which protects the SUB mo - RECIPIENT and WTSC from risks associated with executing the SOW associated with this Agreement. 3 20. LICENSING, ACCREDITATION, AND REGISTRATION The SUB-RECIPIENT shall comply with all applicable local, state, and federal licensing, accreditation, and registration requirements and standards necessary for the performance of this Agreement. The SUB a RECIPIENT shall complete registration with the Washington State Department of Revenue, if required, and be responsible for payment of all taxes due on payments made under this Agreement. M L 21. RECORDS MAINTENANCE c 21.1. During the term of this Agreement and for six years thereafter, the SUB-RECIPIENT shall maintain N books, records, documents, and other evidence that sufficiently and properly reflect all direct and indirect Q costs expended in the performance of the services described herein. These records shall be subject to inspection, review, or audit by authorized personnel of the WTSC and the Office of the State Auditor. All 30 books, records, documents, and other material relevant to this Agreement will be retained for six years 5 after expiration. The Office of the State Auditor, the WTSC, and any duly authorized representatives shal have full access and the right to examine any of these materials during this period. Y Ln N 21.2. Records and other documents, in any medium, furnished by one party to this Agreement to the NL other party, will remain the property of the furnishing party, unless otherwise agreed. The receiving party will not disclose or make available this material to any third parties without first giving notice to the furnishing party and giving them a reasonable opportunity to respond. Each party will utilize reasonable L security procedures and protections to assure that records and documents provided by the other party a are not erroneously disclosed to third parties. c a� 22. RIGHT OF INSPECTION L a0 The SUB-RECIPIENT shall provide right of access to its facilities to the WTSC or any of its officers, or to = any other authorized agent or official of the state of Washington, at all reasonable times, in order to a� monitor and evaluate performance, compliance, and/or quality assurance under this Agreement. The E 0 a page 8 of 17 Packet Pg. 147 8.G.a 0 c 0 SUB-RECIPIENT shall make available information necessary for WTSC to comply with the right to N access, amend, and receive an accounting of disclosures of their Personal Information according to the E Health Insurance Portability and Accountability Act of 1996 (HIPAA) or any regulations enacted or revises c0 pursuant to the HIPAA provisions and applicable provisions of Washington State law. The SUB- RECIPIENT shall upon request make available to the WTSC and the United States Secretary of the y Department of Health and Human Services all internal policies and procedures, books, and records 2 relating to the safeguarding, use, and disclosure of Personal Information obtained or used as a result of L this Agreement. c 23. RIGHTS IN DATA 23.1. WTSC and SUB-RECIPIENT agree that all data and work products (collectively called "Work M Product") pursuant to this Agreement shall be considered works made for hire under the U.S. Copyright Act, 17 USC §101 et seq., and shall be owned by the state of Washington. Work Product includes, but is 3 not limited to, reports, documents, pamphlets, advertisement, books, magazines, surveys, studies, E computer programs, films, tapes, sound reproductions, designs, plans, diagrams, drawings, software, i and/or databases to the extent provided by law. Ownership includes the right to copyright, register the a copyright, distribute, prepare derivative works, publicly perform, publicly display, and the ability to otherwise use and transfer these rights. M L d 23.2. If for any reason the Work Product would not be considered a work made for hire under applicable E law, the SUB-RECIPIENT assigns and transfers to WTSC the entire right, title, and interest in and to all N rights in the Work Product and any registrations and copyright applications relating thereto and any S renewals and extensions thereof. 0 0 23.3. The SUB-RECIPIENT may publish, at its own expense, the results of project activities without prior 5 review by the WTSC, provided that any publications (written, visual, or sound) contain acknowledgment of the support provided by WTSC. Any discovery or invention derived from work performed under this Y project shall be referred to the WTSC, who will determine whether patent protections will be sought, how o any rights will be administered, and other actions required to protect the public interest. N 0 24. SAVINGS E In the event funding is withdrawn, reduced, or limited in any way after the effective date of this Agreemer L and prior to completion of the SOW under this Agreement, the WTSC may terminate the Agreement a under the "TERMINATION FOR CONVENIENCE" clause, without the 30 day notice requirement. The Agreement is subject to renegotiation at the WTSC's discretion under any new funding limitations or conditions. _ 25. SEVERABILITY CD If any provision of this Agreement or any provision of any document incorporated by reference shall be E 0 a page 9 of 17 Packet Pg. 148 8.G.a 0 0 held invalid, such invalidity shall not affect the other provisions of this Agreement which can be given N effect without the invalid provision, if such remainder conforms to the requirements of applicable law and E the fundamental purpose of this Agreement, and to this end the provisions of this Agreement are declare 0 to be severable. 26. SITE SECURITY 2 While on WTSC premises, the SUB-RECIPIENT, its agents, employees, or sub-contractors shall conform 12 in all respects with all WTSC physical, fire, or other security policies and applicable regulations. o w 27. TAXES _ All payments of payroll taxes, unemployment contributions, any other taxes, insurance, or other such expenses for the SUB-RECIPIENT or its staff shall be the sole responsibility of the SUB-RECIPIENT. 28. TERMINATION FOR CAUSE If the SUB-RECIPIENT does not fulfill in a timely and proper manner its obligations under this Agreement L or violates any of these terms and conditions, the WTSC will give the SUB-RECIPIENT written notice of a such failure or violation, and may terminate this Agreement immediately. At the WTSC's discretion, the SUB-RECIPIENT may be given 15 days to correct the violation or failure. In the event that the SUB- RECIPIENT is given the opportunity to correct the violation and the violation is not corrected within the r 15-day period, this Agreement may be terminated at the end of that period by written notice of the WTSC N 29. TERMINATION FOR CONVENIENCE Except as otherwise provided in this Agreement, either party may terminate this Agreement, without 3 cause or reason, with 30 days written notice to the other party. If this Agreement is so terminated, the U WTSC shall be liable only for payment required under the terms of this Agreement for services rendered o or goods delivered prior to the effective date of termination. Y 30. TREATMENT OF ASSETS N 0 30.1. Title to all property furnished by the WTSC shall remain property of the WTSC. Title to all property N furnished by the SUB-RECIPIENT for the cost of which the SUB-RECIPIENT is entitled to be reimbursed _ as a direct item of cost under this Agreement shall pass to and vest in the WTSC upon delivery of such E property by the SUB-RECIPIENT. Title to other property, the cost of which is reimbursable to the SUB- L RECIPIENT under this Agreement, shall pass to and vest in the WTSC upon (i) issuance for use of such a property in the performance of this Agreement, or (ii) commencement of use of such property in the performance of this Agreement, or (iii) reimbursement of the cost thereof by the WTSC in whole or in par whichever first occurs. _ 30.2. Any property of the WTSC furnished to the SUB-RECIPIENT shall, unless otherwise provided E r a a e 10 of 17 Packet Pg. 149 8.G.a 0 0 herein or approved by the WTSC, be used only for the performance of this Agreement. N E 30.3. The SUB-RECIPIENT shall be responsible for any loss or damage to property of the WTSC which 0 results from the negligence of the SUB-RECIPIENT or which results from the failure on the part of the r SUB-RECIPIENT to maintain and administer that property in accordance with sound management practices. ) 0 L 30.4. If any WTSC property is lost, destroyed, or damaged, the SUB-RECIPIENT shall immediately notify the WTSC and shall take all reasonable steps to protect the property from further damage. _ 30.5. The SUB-RECIPIENT shall surrender to the WTSC all property of the WTSC upon completion, termination, or cancellation of this Agreement. 30.6. All reference to the SUB-RECIPIENT under this clause shall also include SUB-RECIPIENT's employees, agents, or sub-contractors. a L 31. STATE NONDISCRIMINATION a 31.1 Nondiscrimination Requirement. During the term of this Contract, Contractor, including any subcontractor, shall not discriminate on the bases enumerated at RCW 49.60.530(3). In addition, Contractor, including any subcontractor, shall give written notice of this nondiscrimination requirement to any labor organizations with which Contractor, or subcontractor, has a collective bargaining or other N agreement. r L 31.2 Obligation to Cooperate. Contractor, including any subcontractor, shall cooperate and comply with o any Washington state agency investigation regarding any allegation that Contractor, including any � subcontractor, has engaged in discrimination prohibited by this Contract pursuant to RCW 49.60.530(3). r _ 31.3 Default. Notwithstanding any provision to the contrary, WTSC may suspend Contractor, including N any subcontractor, upon notice of a failure to participate and cooperate with any state agency N investigation into alleged discrimination prohibited by this Contract, pursuant to RCW 49.60.530(3). Any such suspension will remain in place until WTSC receives notification that Contractor, including any subcontractor, is cooperating with the investigating state agency. In the event Contractor, or a� subcontractor, is determined to have engaged in discrimination identified at RCW 49.60.530(3), WTSC a may terminate this Contract in whole or in part, and Contractor, subcontractor, or both, may be referred for debarment as provided in RCW 39.26.200. The Contractor or subcontractor may be given a reasonable time in which to cure this noncompliance, including implementing conditions consistent with any court-ordered injunctive relief or settlement agreement. r _ 31.4 Remedies for Breach. Notwithstanding any provision to the contrary, in the event of Contract r a a e 11 of 17 Packet Pg. 150 8.G.a 0 c 0 termination or suspension for engaging in discrimination, Contractor, subcontractor, or both, shall be y liable for contract damages as authorized by law including, but not limited to, any cost difference betweer 'E the original contract and the replacement or cover contract and all administrative costs directly related to 5 the replacement contract, which damages are distinct from any penalties imposed under Chapter 49.60, RCW. WTSC shall have the right to deduct from any monies due to Contractor or subcontractor, or that M thereafter become due, an amount for damages Contractor or subcontractor will owe WTSC for default u under this provision. c 32. WAIVER a� A failure by either party to exercise its rights under this Agreement shall not preclude that party from subsequent exercise of such rights and shall not constitute a waiver of any other rights under this Agreement. 3 -W 33. DESIGNATED CONTACTS a The following named individuals will serve as designated contacts for each of the parties for all communications, notices, and reimbursements regarding this Agreement: Q U c a� The Contact for the SUB-RECIPIENT is: The Contact for WTSC is: L aW c Janene Johnstone Penny Rarick N JJohnstone@kentwa.gov prarick@wtsc.wa.gov o 253-856-5951 360-725-9868 ext. 0 0 U 34. AUTHORITY TO SIGN a� The undersigned acknowledge that they are authorized to execute this Agreement and bind their o N respective agencies or entities to the obligations set forth herein. o c as E a� a� L IN WITNESS WHEREOF, the parties have executed this Agreement. a c a� 0 L City of Kent ` c E a a e 12 of 17 Packet Pg. 151 8.G.a 0 0 .y N Signature E 0 U A r Printed Name 0 L _ Title w _ Date w _ E a� a� L Q WASHINGTON TRAFFIC SAFETY COMMISSION _ a� a� 0 L _ Signature 0 r L Printed Name 0 r _ Y Title N O N L 0 Date E a� a� L Q V _ L Q� _ _ Q� V Y r a a e 13 of 17 Packet Pg. 152 8.G.a 0 c 0 .y N APPENDIX A E 0 U Project Costs JT U) Year 1 L DIRECT Indirect Cost Indirect Total a BUDGET CATEGORY DESCRIPTION , � AMOUNT Rate Amount Budget 0 Employee salaries and o benefits $75,000.00 0% $0.00 $75,000.00 3 c Travel $25,000.00 0% $0.00 $25,000.00 E a� Contract Services $0.00 0% $0.00 $0.00 Q Goods and Services $75,000.00 0% $0.00 $75,000.00 c as Equipment $0.00 0% $0.00 $0.00 2- 0 .W TOTAL $175,000.00 $0.00 $175,000.00 E N O Employee and Salary: budget includes payment of the activities of the DUI Court Probation Officer(s). 0 Travel: U • Travel for training events. Prior approval by assigned WTSC Program Manager required. o r c Good and Services Y • Service fees for electronic monitoring services (interlock services and other alcohol monitoring services N • Drug and alcohol testing services and collection supplies. N L • Transportation expenses for participants to attend in person DUI Court proceedings and other activities 2 required as part of the DUI Court program. These expenses will be monitored closely by the grantee and must be previously approved by the grantee managing this project before the expenses are incurred. E • Service fees for relicensing services and other wraparound services ordered by the court, such as life s trainings and sober living services. These services should be supplemental to the DUI Court program an( requests for using WTSC funds for these services will be reviewed on a case-by-case basis. Preapprova from assigned WTSC Program Manager needed. • Expenses to conduct graduation, alumni, and mentoring events, such as recognition items and refreshments. • Interpreter and translation services. • Program workbook printing and translation services E a page 14 of 17 Packet Pg. 153 8.G.a 0 c 0 • Substance use disorder assessment services. y • Substance abuse counseling and mental health therapy services as ordered by the DUI Court. E • Risk/Needs assessment fees to determine eligibility for DUI Court and to screen for ongoing participant o needs; to include registration, user licensing, and cost(s) to administer the screening tool(s). L) • Victim Impact Panel fees for DUI Court participants. T • Participant workbooks assigned by the court. Un • Items for kits to lend to participants to encourage and support exploration of sobriety-focused activities. L Important Notes: o 0 a� 1. Indirect cost rates are subject to change based on updated Indirect Rate Letters from a cognizant fede y agency or approved cost allocation plans. If the indirect rate increases, the budget will be modified by deducting the amount of the indirect rate increase from other budget categories so that the total budget d not increase. 3 c m 2. The total annual budget may not increase without a written amendment to this agreement executed by E both parties. a 3. Adjustments between budget categories within the same year can be made upon mutual agreement o- contact for WTSC and the contact for the SUB-RECIPIENT. 0 L d N Objectives and Measures 0 U In Goal 1 - Subrecipient's DUI Court will follow best practices defined by NCDC. LO N O Objective Objective Details Completion DE o Follow NCDC's 10 guiding principles for DWI WTSC requires all DUI Courts that receive E Courts. WTSC funds to follow NCDC's 10 guiding 06/30/2025 principles for DWI Courts. Q Attend NCDC training as needed so that the DUI Court team is trained in DUI Court best 06/30/2025 practices. c Provide an interpreter at DUI Court Provide interpreter services to non-English proceedings and probation meetings, as well E a page 15 of 17 Packet Pg. 154 8.G.a 0 c 0 speaking DUI Court participants. as the translation of DUI Court materials 06/30/2025 A (handbook, flyers, etc). E E 0 U Provide substance abuse counseling and r mental health therapy as recommended by the 06/30/2025 court. U) 0 Address transportation challenges unique to Provide bus vouchers or explore alternate each participant. forms of transportation to include taxi and/or 06/30/2025 0 ride share services to participants. 0 Measure Reporting Type Targi Frequency 3 c a� Number of trainings successfully completed by the Kent DUI Annual Process 1 E Court team. L a� a Number of Kent DUI Court team staff who successfully complete U trainings in DUI Court implementation in FFY2025. Annual Process 8 0 L d Goal 2 - Increase the number of DUI Court participants by 25% by June 30, 2025. o 0 Objective Objective Details Completion DE 0 Expand access to DUI Court to DUI offenders c Review screening, assessment, and referral who may not currently be eligible for the Y processes each quarter to identify possible program, such as repeat DUI offenders who 06/30/2025 0 process improvements. opt for deferral on their 2nd or subsequent N L DUI. ,° c as Gain support for DUI Court from judges, Expand and meet with stakeholder groups and E prosecutors, defense attorneys, and probation foster support of this program-to include 06/30/2025 ;v officers. invitations to graduation ceremonies. Q c a� a� Measure Reportingco Type Targi Frequency c r c Number of DUI Court participants enrolled in the program. Quarterly Process 22 E a page 16 of 17 Packet Pg. 155 8.G.a 0 c 0 .y Percentage change in number of DUI Court participants from Annual Outcome 25 'y July 1, 2024 — June 30, 2025. 0 U The number of external stakeholders (not on DUI Court team) Quarterly Process 2 met with. JT0 0 L Goal 3 - Conduct drug and alcohol monitoring at least four times each month for all I o I Court participants. Objective Objective Details Completion DE 3 .W c Conduct drug and alcohol screening of all DUI 06/30/2025 F Court participants. L Q Provide access to electronic monitoring >% services for offenders that are not financially Abstinence is an important component of the able to pay on their own. DUI Court model. Electronic monitoring These electronic monitoring services may services are a great way to monitor a include vehicle interlock services (such as participant's alcohol use. Kent DUI Court will 06/30/2025 c develop criteria for what this looks like in Smart Start), continuous alcohol monitoring cmpractice and provide information in quarterly o services (such as SCRAM), or in home alcohol monitoring services. reports. 0 0 U Measure Reporting Type Targi Frequency Y LO Percentage of DUI Court participants who receive alcohol and cm Quarterly Process 100 N drug screening each month. L 0 Number of DUI Court participants who receive electronic a monitoring services. Quarterly Process 3 L Number of alcohol or drug positive tests. Quarterly Process 0 Q c a� a� 0 L E V Q page 17 of 17 Packet Pg. 156 10.A • KENT W A S M I N G T O N DATE: July 2, 2024 TO: Kent City Council SUBJECT: 212th Water Treatment Facility — Filter Media Installation - Award MOTION: I move to award the 2121h Water Treatment Facility - Filter Media Installation Project to Award Construction, Inc. in the amount of $271,643 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: This project will include the installation of a new filter media in Tank #2. City staff replaced piping within the filter tank due to age and separated joints. The original filter media was removed to access the piping, requiring replacement with new filter media. The bid opening for the 212th Water Treatment Facility - Filter Media Installation Project was held on June 25, 2024, with two bids received. The lowest responsible and responsive bid was submitted by Award Construction, Inc. in the amount of $271,643. Bid Tab Summary 01. Award Construction, Inc. $271,643.00 02. Road Construction Northwest, Inc. $372,476.00 Engineer's Estimate $258,970.00 BUDGET IMPACT: No unbudgeted impact. This project is included in the Water Fund budget. SUPPORTS STRATEGIC PLAN GOAL: Evolving Infrastructure - Connecting people and places through strategic investments in physical and technological infrastructure. ATTACHMENTS: 1. 212th Water Treatment Facility Filter Media Installation Bid Tab (PDF) Packet Pg. 157 10.A.a 212th Water Treatment Facility 1 2 Filter Media Installation Bid Opening: June 25 , 2024, 11:00 AM Award Construction, Inc. Road Construction Northwest, Inc. Engineer's Estimate 980 Willeys Lake Road PO Box 2228 Joe Araucto a Disclaimer: These preliminary bid results are provided as a convenience to Ferndale, WA 98248 Renton, WA 98056 contractors for informational purposes only and do not identify lowest c responsible bidder. Bid review by staff and final award pending. TOTAL $271,643.00 $372,476.00 $258,970.00 ITEM DESCRIPTION QTY UNIT UNIT TOTAL UNIT TOTAL UNIT TOTAL NO. PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT d 1 Mobilization 1 LS 40,000.00 $40,000.00 33,000.00 $33,000.00 20,000.00 $20,000.00 LL 2 Filter Media Installation 1 LS 195,000.00 $195,000.00 294,000.00 $294,000.00 203,000.00 $203,000.00 3 SPCC Plan 1 LS 1,500.00 $1,500.00 1,000.00 $1,000.00 2,000.00 $2,000.00 4 Minor Change 1 CALC 10,000.00 $10,000.00 10,000.00 $10,000.00 10,000.00 $10,000.00 r SCHEDULE I TOTAL $246,500.00 $338,000.00 $235,000.00 E 10.2% SALES TAX $25,143.00 $34,476.00 $23,970.00 L SCHEDULE I TOTAL $271,643.00 $372,476.00 $258,970.00 w CONSTRUCTION CONTRACT TOTALI $271,643.00 $372,476.00 $258,970.00 N N O 10 H m _ O _R r- N _ lC d L d rt+ _ d E rt+ d L L rt+ rt+ N T- N _ d E t C> l3 rr Q Packet Pg. 158