Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
CAG2024-570 - Original - KPG Psomas, Inc. - Trail at Naden Ave-Final Design - 12/19/24
FOR CITY OF KENT OFFICIAL USE ONLY Sup/Mgr: g Agreement Routing Form DirAsst: TL • For Approvals,Signatures and Records Management Dir/Dep: BL BL KENT This form combines&replaces the Request for Mayor's Signature and Contract Cover (optional) W A S H I N G T O N Sheet forms. (Print on pink or cherry colored paper) Originator: Department: KateLynn Jennings for Bryan Higgins Parks, Recreation&Community Services Date Sent: Date Required: > 12/17/2024 12/31/2024 0 Q Authorized to Sign: Date of Council Approval: Q Mayor or Designee 12/10/2024 Budget Account Number: Grant? Yes NoE] P21079 AL Budget?ZYes E]No Type: N/A Vendor Name: Category: KPG Psomas Inc. Contract Vendor Number: Sub-Category: JIM c 2479959 Original 0 Project Name: Trail at Naden Ave-Final Design 3- Project Details: Consultant shall provide plans, specifications and engineers cost estimate for 90%, 100% 0- and Bid PSE (Plans, Specifications and Estimate). C C Agreement Amount: $135,853 Basis for Selection of Contractor: Other E __ *Memo to Mayor must be 3- Start Date: 11/1/2024 Termination Date: 12/31/2025 Q Local Business? Yes Who*If meets requirements per KCC3.70.100,please complete"VendorPurchose-Locol Exceptions"form onCityspace. Business License Verification: W]Yes In-ProcessDExempt(KCC 5.01.045) W1 Authorized Signer Verified Notice required prior to disclosure? Contract Number: Yes W1 No CAG2024-570 Comments: H i 3 f0 a1 C C a1 3 0jjv,�t_ cc a, a, cc Date Received:City Attorney: 12/18/24IDate Routed:Mayor's Office 12/19/24 City Clerk's Office 12/19/2 adccW22373_1_20 Visit Documents.KentWA.gov to obtain copies of all agreements rev.20221201 KENT CONSULTANT SERVICES AGREEMENT between the City of Kent and Psomas DBA KPG Psomas Inc. THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Psomas DBA KPG Psomas Inc. organized under the laws of the State of Washington, located and doing business at 3131 Elliott Ave., #400, Seattle, WA 98121 (hereinafter the "Consultant"). I. DESCRIPTION OF WORK. The Consultant shall perform the following services for the City in accordance with the following described plans and/orspecifications: As described in the attached exhibit A, incorporated herein, the consultant shall provide plans, specifications and engineers cost estimate for 90%, 100% and Bid PSE (Plans, Specifications and Estimate). The Consultant further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time those services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon the effective date of this Agreement. The Consultant shall complete the work described in Section I by December 31, 2025. III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed $135,853, for the services described in this Agreement. This is the maximum amount to be paid under this Agreement for the work described in Section I above, and shall not be exceeded without the prior written authorization of the City in the form of a negotiated and executed amendment to this agreement. The Consultant agrees that the hourly or flat rate charged by it for its services contracted for herein shall remain locked at the negotiated rate(s) for a period of one (1) year from the effective date of this Agreement. The Consultant's billing rates shall be as delineated in Exhibit A. 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 portion of an invoice, it shall notify the Consultant and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion. C. Card Payment Program. The Consultant may elect to participate in automated credit card payments provided for by the City and its financial institution. This Program is provided as an alternative to payment by check and is available for the convenience of the Consultant. If the Consultant voluntarily participates in this Program, the Consultant will be solely responsible CONSULTANT SERVICES AGREEMENT - 1 (Over$20,000) for any fees imposed by financial institutions or credit card companies. The Consultant shall not charge those fees back to the City. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Consultant has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Consultant maintains and pays for its own place of business from which the Consultant's services under this Agreement will be performed. C. The Consultant has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained the Consultant's services, or the Consultant is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Consultant is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Consultant has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by the Consultant's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Consultant maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. After termination, the City may take possession of all records and data within the Consultant's possession pertaining to this project, which may be used by the City without restriction. If the City's use of the Consultant's records or data is not related to this project, it shall be without liability or legal exposure to the Consultant. VI. FORCE MAJEURE. Neither party shall be liable to the other for breach due to delay or failure in performance resulting from acts of God, acts of war or of the public enemy, riots, pandemic, fire, flood, or other natural disaster or acts of government ("force majeure event"). Performance that is prevented or delayed due to a force majeure event shall not result in liability to the delayed party. Both parties represent to the other that at the time of signing this Agreement, they are able to perform as required and their performance will not be prevented, hindered, or delayed by the current COVID-19 pandemic, any existing state or national declarations of emergency, or any current social distancing restrictions or personal protective equipment requirements that may be required under federal, state, or local law in response to the current pandemic. If any future performance is prevented or delayed by a force majeure event, the party whose performance is prevented or delayed shall promptly notify the other party of the existence and nature of the force majeure event causing the prevention or delay in performance. Any excuse from liability shall be effective only to the extent and duration of the force majeure event causing the prevention or delay in performance and, provided, that the party prevented or delayed has not caused such event to occur and continues to use diligent, good faith efforts to avoid the effects of such event and to perform the obligation. Notwithstanding other provisions of this section, the Consultant shall not be entitled to, and the City shall not be liable for, the payment of any part of the contract price during a force majeure event, or any costs, losses, expenses, damages, or delay costs incurred by the Consultant due to a force majeure event. CONSULTANT SERVICES AGREEMENT - 2 (Over$20,000) Performance that is more costly due to a force majeure event is not included within the scope of this Force Majeure provision. If a force majeure event occurs, the City may direct the Consultant to restart any work or performance that may have ceased, to change the work, or to take other action to secure the work or the project site during the force majeure event. The cost to restart, change, or secure the work or project site arising from a direction by the City under this clause will be dealt with as a change order, except to the extent that the loss or damage has been caused or exacerbated by the failure of the Consultant to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Consultant. VII. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any subcontract, the Consultant, its subcontractors, or any person acting on behalf of the Consultant or subcontractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. The Consultant shall execute the attached City of Kent Non-Discrimination Policy Declaration and comply with City Administrative Policy 1.2. VIII. INDEMNIFICATION. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Consultant's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of the Consultant's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, agents and volunteers, the Consultant's duty to defend, indemnify, and hold the City harmless, and the Consultant's liability accruing from that obligation shall be only to the extent of the Consultant's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONSULTANT'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event the Consultant refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Consultant's part, then the Consultant shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys'fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Consultant's part. The provisions of this section shall survive the expiration or termination of this Agreement. IX. INSURANCE. The Consultant shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. X. EXCHANGE OF INFORMATION. The City 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. XI. OWNERSHIP AND USE OF RECORDS AND DOCUMENTS. Original documents, drawings, designs, reports, or any other records developed or created under this Agreement shall belong to and CONSULTANT SERVICES AGREEMENT - 3 (Over$20,000) become the property of the City. All records submitted by the City to the Consultant will be safeguarded by the Consultant. The Consultant shall make such data, documents, and files available to the City upon the City's request. The Consultant acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington. As such, the Consultant agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. The 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 with the authority to control and direct the performance and details of the work authorized under this Agreement, the work must meet the approval of the City and shall be subject to the City's general right of inspection to secure satisfactory completion. XIII. WORK PERFORMED AT CONSULTANT'S RISK. The Consultant shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at the Consultant's own risk, and the Consultant shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XIV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section VIII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and the Consultant. CONSULTANT SERVICES AGREEMENT - 4 (Over$20,000) G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Consultant agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to the Consultant's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Consultant acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Consultant in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Consultant agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. CONSULTANT SERVICES AGREEMENT - 5 (Over$20,000) K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. CONSULTANT: CITY OF KENT: p By:Liz Gibson(Dec 11,2024 21:03 PST) B Print Name: Liz Gibson Print Name: Dana Ralph Its Vice President Its Mayor DATE: 12/17/24 DATE: 12/19/2024 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: Liz Gibson Bryan Higgins KPG Psomas Inc. City of Kent 3131 Elliott Ave., Suite 400 220 Fourth Avenue South Seattle, WA 98121 Kent, WA 98032 (206) 354-6569 (telephone) (253) 856-5112 (telephone) Liz.gibson@psomas.com (email) bhiggins@kentwa.gov (email) APPROVED AS TO FORM: ln-� 0- y'e"h Kent LaMi Department ATTEST: X r,,e 4 Kent CityClerk [In this field,you may enter the electronic filepath where the contract has been saved] CONSULTANT SERVICES AGREEMENT - 6 (Over$20,000) DECLARATION CITY OF KENT NON-DISCRIMINATION POLICY The City of Kent (City) is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors, consultants, vendors, and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The City of Kent and its contractors are subject to and will comply with the following: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); • 49 C.F.R. Part 21 (entitled Non-discrimination In Federally-Assisted Programs Of The Department Of Transportation-Effectuation Of Title VI Of The Civil Rights Act Of 1964); • 28 C.F.R. section 50.3 (U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil Rights Act of 1964). • Ch. 49.60 RCW (Washington Law Against Discrimination) The preceding statutory and regulatory cites hereinafter are referred to as "the Acts and Regulations". The following statements specifically identify the requirements the City deems necessary for any contractor, subcontractor, or supplier on this specific Agreement to adhere to. An affirmation of all of the following is required for this Agreement to be valid and binding. If any contractor, subcontractor, or supplier willfully misrepresents themselves with regard to the directives outlined below, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement. The statements are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement I, the prime contractor, will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: EEO COMPLIANCE DOCUMENTS - 1 A. Compliance with Regulations: The contractor, subcontractor, consultant, vendor, and supplier (hereinafter "Contractor") will comply with all Acts and the Regulations relative to non-discrimination, including those applicable to Federally- assisted programs of the U.S. Department of Transportation, State-assisted programs through the Washington State Department of Transportation, and generally under Washington's Law Against Discrimination, Ch. 49.60 RCW, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. B. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. C. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Acts and the Regulations relative to non-discrimination on the grounds of race, color, or national origin. D. Information and Reports: The contractor will provide all information and reports required by the Acts and Regulations and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined applicable to contractor's contract by the City or the Washington State Department of Transportation to be pertinent to ascertain compliance with such Acts and Regulations and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the City or the Washington State Department of Transportation, as appropriate, and will set forth what efforts it has made to obtain the information. E. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the non-discrimination provisions of this contract, the City will impose such contract sanctions as it or the Washington State Department of Transportation may determine to be appropriate, including, but not limited to: a. withholding payments to the contractor under the contract until the contractor complies; and/or b. cancelling, terminating, or suspending a contract, in whole or in part. F. Incorporation of Provisions: The contractor will include the provisions of paragraphs (A) through (F) above in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts and Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the City or the Washington State Department of Transportation may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, EEO COMPLIANCE DOCUMENTS - 2 or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the City to enter into any litigation to protect the interests of the City. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. 6. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: Pertinent Non-Discrimination Authorities: i. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. ii. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); iii. Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); iv. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; V. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); vi. Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); vii. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); viii. Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; ix. The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); X. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures Non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; EEO COMPLIANCE DOCUMENTS - 3 xi. Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of Limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); xii. Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). xiii. Washington Law Against Discrimination (Ch. 49.60 RCW) 7. The submission of the final invoice for this contract will constitute a reaffirmation that the preceding statements were complied with during the course of the contract's performance. By signing below, I agree to fulfill the five requirements referenced above. 41-11 By:Liz Gibson(Dec 17,2024 21:03 PST) For: Liz Gibson PLA, Psomas Title: Vice President Date: 12/17/24 EEO COMPLIANCE DOCUMENTS - 4 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: October 20, 2022 SUBJECT: INCLUSIVE CONTRACTING SUPERSEDES: January 1, 1998 APPROVED BY Dana Ralph, Mayor POLICY: Equal employment opportunity and non-discrimination in contracting requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants, and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Further, all contractors, subcontractors, consultants, suppliers, grantees, or subgrantees of the City, regardless of the value of the Agreement, are required to sign the City's Non-Discrimination Policy Declaration, prior to commencing performance. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to coordinate with the City's Title VI coordinator, and perform the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 5 Exhibit A City of Kent Parks, Recreation and Community Services Naden Ave Interurban Trail Improvements Exhibit A—Supplemental Scope of Work November 5, 2024 Project Description and Background The City of Kent Parks, Recreation and Community Services (Parks) is requesting final design services for illumination, landscape architecture, relocated pedestrian crossing signalization (RRFB) and trail design for the existing Interurban Trail segment between Willis Ave and Meeker Street. Design through 60% and Permitting has been completed. This supplemental scope will provide plans, specifications and engineers cost estimate for 90%, 100% and Bid PSE (Plans, Specifications and Estimate). The following tasks are identified for Final Design associated with the Naden Ave Trail Improvements: o Provide coordination and support for Kent Meeker Street project as it relates to the Interurban Trail road crossing. o Provide support for coordination with PSE for substation redevelopment, including a response to permit submittal and construction advertisement. o Develop 90%, 100%and Bid design plans, specifications, and construction estimate,for construction and advertisement, including the following: ■ Trail Improvement Plans (grading, trail profile, pavement sections, layout/stationing), site elements detailing(benches,trash cans, bike racks, wayfinding signage) and pavement treatments. ■ Trail plaza connection at Meeker and Future Naden intersection, the southeast and northeast corners.The northeast corner will show a basic connection to the existing trail from the proposed curb return and ADA access ramps, to provide for future park improvements to the north.The southeast corner will include a new RRFB signal infrastructure for the trail crossing, and an additional temporary connection for PSE trucks (to protect the corner improvements) until the remainder of Naden Ave is built. ■ Pedestrian-scale lighting for the trail with light bollards and pedestrian pole lighting at the trail plaza connection and finalized illumination report. ■ Storm water plans, including sizing facilities to accommodate the PSE substation improvements. ■ Formalized maintenance access for PSE sub-station, utilizing paved shared-use trail and coordination with PSE for access. ■ Revegetation plans, provide for rehabilitated grass and planting areas along the trail and around the trail node. ■ Temporary irrigation plans o Provide for coordination and adjustments for the Meet Me on Meeker design. o Provide for coordination with the future Naden Ave design team. ASSUMPTIONS • The scope of this work is through final design and construction to be completed end of October 2025 Page 1 1 Naden Ave Interurban Trail Improvements—Final Design KPG Psomas City of Kent Parks, Recreation and Community Services Naden Ave Interurban Trail Improvements • The trail will remain 10' width, per agreement between King County and PSE, with 2' shoulders each side (total of 14' width) and in relatively the same location as existing. • Coordination with KC Parks as needed, will be provided by City • Services will be performed in accordance with the WSDOT Construction Manual, King County Road and Signal Standards, the City of Kent standard plans, specifications and contract documents (Contract Documents) as applicable, and Manual of Urban Traffic Control Devices (MUTCD). • City / Meeker Design Team will provide design and contract documents for the Meeker/Naden intersection, including crosswalk striping for all legs of the intersection, and conduit running north- south for the RRFB electrical wiring. KPG Psomas design will include the curb improvements for the southeast and northeast corner, based on design parameters (elevations and sections) provided by the City. City will provide electronic drawings (CAD) for use and incorporation into the Naden Trail Improvements. • City will coordinate closing down and removal of the existing RRFB crossing and flashing light, east of the new Meeker/Naden intersection, and the activation of the new RRFB. • The City's Meeker St design group will be providing design for the intersection curb elevation, section and location, to be incorporated into Trail Improvement plan set. The City will provide roadway illumination analysis for Meeker Street RRFB crossing and intersection with Naden. • Stormwater facilities are to include treatment for stormwater runoff from the existing PSE substation, currently under design for improvements. • The work is being performed in the PSE ROW trail easement,so will require continued coordination and approval/review from PSE. • Final bid construction package will be incorporated in with PSE's improvements for the substation. • Wayfinding Signage will be included, standards to be provided by the City. • Public involvement or outreach materials will not be required. • At the end of the project, documents will be submitted to the City for records, in the format they were created in, i.e. InDesign,Word and Excel for cost estimates. Project deliverables will be in PDF and AutoCAD Civil 3D format • The Consultant will set up and maintain the project .ftp site for the project team. PROVIDED BY KPG PSOMAS • 90%, 100% pre-bid and Bid Ad ready PSE • Additional Coordination with PSE and City Meeker Design Team • See deliverables lists for individual Tasks PROVIDED BY THE CITY The City will provide or obtain the following items: • Review of permitting, 90%, 100% pre-bid and Bid Ad ready design submittal • Any additional information on upcoming development along the trail and Naden Ave, including access to the development(Public Works) • Coordination with the City design team and design information for Meet Me on Meeker improvements • Coordination with PSE design team to address permit comments, review and construction packaging. Page 12 Naden Ave Interurban Trail Improvements—Final Design KPG Psomas City of Kent Parks, Recreation and Community Services Naden Ave Interurban Trail Improvements • Current plans for the new Naden Ave project, including right-in-right-out. Coordination with design consultant. • Infiltration testing and geotechnical recommendations for stormwater LID facilities (Geotechnical report has been provided by Puget Sound Energy) if required. TASK 1 - MANAGEMENT/ADMINISTRATION/COORDINATION Task 1 Objective: Management of project team throughout the duration of the project, coordination with, City Parks Department, Public Works, internal project team, development of invoices and project schedule. Consultant will attend up to (6) meetings with City Staff and (4) PSE for project review (over approx. 18- month period), discussion of design and coordination, either in person or teleconferencing as necessary- for review as required for the design.The Consultant will also assist with coordination for PSE and Olympic Pipeline as necessary. Task 1 Work Elements: 1.1. Project Management (approx. 12 months) 1.2. Monthly Progress Reports and Invoicing 1.3. Project Coordination Meetings (up to (6) with City Parks Department and (4) City/Meeker Coordination) 1.4. PSE Coordination Meetings and Submittals (Including 6 Coordination Meetings) Task 1 Deliverables: • Monthly progress reports including invoices, emailed. • Meeting agendas and minutes, including summary of decisions made/needed resulting from design coordination meeting. Task 1 Assumptions: • The Consultant will provide timely and immediate notification of any work items or project developments constituting a change to the written scope of work and fee budget estimate and schedule. • This work assumes ongoing coordination with PSE through Construction • The work of this task is estimated to be up to 18-months including Construction Assistance. TASK 2—90% PSE Task 2 Objective: Consultant shall provide 90% design including plans, specifications and estimate (PS&E) for the bicycle/pedestrian pathway, stormwater/biofiltration plans, trail plaza space, site elements, pedestrian scale lighting, RRFB and planting design.90%design will include response and required updates to Permitting Review. It is anticipated that the final design drawings will include the following: o Cover Sheet o Drawing Index and Abbreviations Sheet Page 13 Naden Ave Interurban Trail Improvements—Final Design KPG Psomas City of Kent Parks, Recreation and Community Services Naden Ave Interurban Trail Improvements o Existing Conditions&Survey Plan o Site Prep and TESC Plan, Notes and Detail Sheets o Trail Design/Grading Plan and Detail Sheets o Trail Plaza Plan and Details o Stormwater Plans and Details o Trail Illumination Plans, Schedule and Detail Sheets o RRFB Infrastructure for Meeker Crossing Plan and Detail sheets o Planting Plan, Schedule and Detail Sheets o Temporary Irrigation Plan and Details Task 2 90% Design PSE: 2.1. Provide 90%Civil and Trail Plaza Plans and Details 2.2. Provide 90%Stormwater/Biofiltration Plans and Details, and Final TIR 2.3. Provide 90% Landscape/Temporary Irrigation Plans and Details 2.4. Provide 90% Illumination/RRFB Plans and Details 2.5. Provide 90%QA/QC 2.6. Prepare 90% Construction Cost Estimate, Contract Specification documents, Bid Tab and Special Provisions in WSDOT format Task 2 Deliverables: • 90%coordination and review deliverables include: cost estimate, specifications and drawing set. • Final Illumination Memo Task 2 Assumptions: • Turnaround time for the City comments will be three (3) weeks for 90% • The City will assist in finalizing Division 01 and General Conditions. • Project management is part of Task 1. TASK 3—FINAL DESIGN PS&E—BID DOCUMENTS Task 3 Objective: Consultant shall provide Draft Bid and Bid Ready for advertisement, including plans, specifications and estimate (PS&E) based on the 90% PSE submittal for the bicycle/pedestrian pathway, stormwater/biofiltration plans,trail plaza space,site elements, pedestrian scale lighting, RRFB and planting design. Consultant shall update plans, specifications and cost estimate in response to City Review comments from 90%and Draft Bid, and coordination with PSE for formatting and inclusion in bid package. Support during Bidding:The Consultant will support PSE/the City during project construction advertisement and award. This work may include assisting PSE/the City with responses to bidder questions and preparation of up to two (2) addenda. Task 3 Work Elements: 3.1. Provide Draft Bid Plans and Details Page 14 Naden Ave Interurban Trail Improvements—Final Design KPG Psomas City of Kent Parks, Recreation and Community Services Naden Ave Interurban Trail Improvements 3.2. Provide Draft Bid Specs and Cost Estimate 3.3. Provide QA/QC 3.4. Provide Bid Ad Ready Plans, Specifications and Estimate 3.5. Support During Bidding Task 3 Deliverables: • Draft Bid Document Package for final City review in digital pdf format • Stamped, signed bid-ready drawings and specifications labeled 'For Construction' in digital pdf format, to be included in PSE Construction documents. • Bid Item Cost Estimate • Bid Addenda (PDF format) and response to bidder questions. Task 3 Assumptions: • Turnaround time for the City comments will be two (2) weeks for Draft Bid documents. • The City will coordinate logistics with PSE for the combined packaging for the construction documents, the Consultant will provide as requested, bid documents formatted for inclusion in the bid package. • PSE will finalize Division 01 and General Conditions. • Project management is part of Task 1. TASK 4—CONSTRUCTION SUPPORT Task 4 Objective: Consultant shall provide construction support as directed by the City Parks Department, through completion of the Naden Interurban Trail Improvements construction, including paving, storm drainage, illumination, RRFB, plaza elements, and landscaping. Response and support will be for RFI's,shop drawings, RAM's and other site construction questions as required Task 4 Work Elements: 4.1. Review and respond to RFI's, shop drawings, RAM's and other site construction questions as required,for the plaza paving/site elements, illumination, RRFB,bioretention areas, landscape and irrigation, and other related site elements. 4.2. Attend site review meetings (up to 3 review meetings),final punch list review Task 4 Deliverables: • Review and response to RFI's, RAM's and other submittals, as provided by the City. • Site review inspections (3 total) Task 4 Assumptions: • Construction workdays are assumed to be approx. 80 days. (3 months). • Construction contracts will be administered by PSE and City • KPG Psomas is limited to supporting the City's Park Department through construction • On-site meetings may be required for review of paving, planting and irrigation. Page 15 Naden Ave Interurban Trail Improvements—Final Design KPG Psomas City of Kent Parks, Recreation and Community Services Naden Ave Interurban Trail Improvements • PSE and the City will provide construction documentation and track submittals, RFI's, ROM's and other items requiring response or approval. Other Services The City may require other services of the Consultant.These Services could include other work tasks not included in the scope of work, such as Survey, Geotechnical or facilitation of Public Involvement. The scope of these services will be determined at the sole discretion of the City. At the time these services are required, the Consultant shall provide a detailed scope of work and estimate of costs.The Consultant shall not proceed with the work until the City has authorized the work and issued a notice to proceed. Page 16 Naden Ave Interurban Trail Improvements—Final Design KPG Psomas o 'o o N N' 9 w O M M R F O t p E W M 2 ° r O c c a =a a wwptl aa!Jlo m 1.2 m E a v w ._ W C - u!wpyjo!uaS H � IR ia6eue!q ssou!sng a o O ue!a!ugaai Otlo-i-S m v a o 6—6!sao !�au6!sao m a V m M adeaspue� � Il laai!4ytl 'N iaafad W I iaai!g-V a p adeaspmq N o = iaafad O io a m J ja6eue!g to u6!sao ueq,p a M C 0 z U L Il iaau!6u3 u6!sao �d,m,'°°d,� m`* fO N � a N II iaaw6u3 jo!uaS a £ !Jaau!6u3 Jo!uaS wM !!ia6eueyp a 6uuaawfiu3 0 �° 1ia6eu.W a o Buuaaw6u3 aD N M N R o o N m W c c o a e a c °o 0 ii o U am rc = N C. z £ F c c `o` �o _ m3 0 ¢ Fw c �.o o -= � a 5 IL N q L d - m :°. aay o Y C 4 ^' ,�j Q� g m4 ma E ww wa o¢ U ¢a2i E F y n}n m c@ K - a �_ w p rnLL N 0-z £ .:° �Og w E w mar °° c m oo w ° ar O "`° .�".A m C U w A E Z a d m rn°.fie'U°v o g z E a CL E w �' n E O u d JYz oo�a o? c a ` u rh Q -6Zom F 'my m U rc_yUUz C• L d W a U a Y 0 ~ F F F F Exhibit B Insurance Requirements Insurance Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, their agents, representatives, employees, or subcontractors. A. Minimum Scope of Insurance Consultant shall obtain insurance of the types described below: Commercial General Liability insurance shall be written on Insurance Services Office (ISO) occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 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. Consultant may use Umbrella or Excess Policies to provide the liability limits as required in this Agreement. This form of insurance will be acceptable if all the Primary and Umbrella or Excess Policies shall provide all the insurance coverages herein required. The Umbrella or Excess policies shall be provided on a true "following form" or broader coverage basis, with coverage at least as broad as provided on the underlying Commercial General Liability insurance. Automobile Liability insurance providing bodily injury and property damage liability coverage for all automobiles/vehicles used in the performance of this Agreement. This coverage must be on a primary and non-contributory basis only. Coverage shall be written on ISO form CA 00 01, or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. Professional Liability or Errors & Omissions insurance appropriate to the Consultant's profession. Workers' Compensation coverage for the employees of Consultant and subcontractors as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Consultant shall maintain the following insurance limits: Commercial General Liability insurance shall be written with limits no less than $2,000,000 per occurrence, $2,000,000 general aggregate, and $2,000,000 products-completed operations aggregate limit. Primary Non-Contributory Additional Insured coverage for the City of Kent, et. al. Stop Gap Liability - $1,000,000/$1,000,000/$1,000,000 Waiver of Subrogation Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per occurrence. Professional Liability or Errors & Omissions insurance shall be written with limits no less than $1,000,000 per occurrence. If the Consultant 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 Consultant. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. The above policy limits may be obtained with excess liability (umbrella) insurance. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions: 1. Consultant's insurance coverage shall be primary insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be in excess of the Consultant's insurance policies and shall not contribute to the Consultant's insurance policies. 2. Consultant'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 Consultant's insurance policy shall include an endorsement that provides the City with written notice of cancellation forty-five (45) days before the effective date of the cancellation. If Consultant's insurer fails to provide the City with a copy of the notice of cancellation endorsement, the Consultant must notify the City of any cancellation, nonrenewal or termination within two (2) business days of their receipt of such notice. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) with respect to work performed by or on behalf of the Consultant and a copy of the endorsement naming the City as an additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Consultant's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claims are made or suit is brought, except with respect to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. The City waives no rights, and the Consultant is not excused from performance if Consultant fails to provide the City with a copy of the endorsement naming the City as a Primary Non-Contributory Additional Insured. F. Subcontractors Consultant 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 Consultant. DATE(MM/DDIYYYY) ACOR" CERTIFICATE OF LIABILITY INSURANCE ll.. � r 12/13/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Sharon Brubaker Edgewood Partners Insurance Agency PHONE FAx 3780 Mansell Rd. Suite 370 AIC No Ext: 770.756.6599 A/C No):770.756.6599 Alpharetta GA 30022 ADDRESS: greylingcerts@greyling.com INSURER(S)AFFORDING COVERAGE NAIC# INSURERA: National Union Fire Ins Co of Pittsburg19445 INSURED INSURER B: Psomas 865 South Figueroa Street INSURER C: Suite 3200 INSURER D: Los Angeles CA 90017 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:256396110 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LTR POLICY NUMBER MM/DD/YYYY MM/DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY GL5268212 4/1/2024 4/1/2025 EACH OCCURRENCE $2,000,000 TED CLAIMS-MADE � OCCUR PREMISES (E.occurrence) DAMAGE TO lccurrrence) $500,000 MED EXP(Any one person) $25,000 PERSONAL&ADV INJURY $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $4,000,000 POLICY❑X PROJECT ❑ LOC PRODUCTS-COMP/OP AGG $4,000,000 OTHER: $ A AUTOMOBILE LIABILITY CA4489706 4/1/2024 4/1/2025 COMBINED SINGLE LIMIT $2 000,000 Ea accident X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS x HIRED L NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident UMBRELLALIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ A WORKERS COMPENSATION WC015893764(AOS) 4/1/2024 4/1/2025 X STATUTE OTH- ER A AND EMPLOYERS'LIABILITY YIN WC015893765(CA) 4/1/2024 4/1/2025 ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $2,000,000 OFFICER/MEMBER EXCLUDED? NI N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $2,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) 9KEN010300; Naden Ave Interurban Trail Improvements, Kent,WA. City of Kent are named as Additional Insureds with respects to General Liability where required by written contract.The above referenced liability policies are primary&non-contributory where required by written contract.Waiver of Subrogation in favor of Additional Insured(s)where required by written contract& allowed by law. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Kent 220 Fourth Avenue South AUTHORIZED REPRESENTATIVE Kent WA 98032 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD ENDORSEMENT This endorsement, effective 1 2:01 A.M. 04/01/2024 forms a part of Policy No. CA4489706 issued to Psomas by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA. INSURANCE PRIMARY AS TO CERTAIN ADDITIONAL INSUREDS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM Section IV - Business Auto Conditions, B., General Conditions, 5., Other Insurance, c., is amended by the addition of the following sentence: The insurance afforded under this policy to an additional insured will apply as primary insurance for such additional insured where so required under an agreement executed prior to the date of accident. We will not ask any insurer that has issued other insurance to such additional insured to contribute to the settlement of loss arising out of such accident. All other terms and conditions remain unchanged. Authorized Representative or Countersignature (in States Where Applicable) 74445 (10/99) Includes copyrighted material of Insurance Services Office, Inc. with its permission. Page 1 of 1 POLICY NUMBER: GL5268212 COMMERCIAL GENERAL LIABILITY CG20101219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations ANY PERSON OR ORGANIZATION WHOM YOU PER THE CONTRACT OR AGREEMENT. BECOME OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED AS A RESULT OF ANY CONTRACT OR AGREEMENT YOU HAVE ENTERED INTO. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CG 20 10 12 19 4 Insurance Services Office, Inc., 2018 Page 1 of 2 ❑ A. Section II - Who Is An Insured is amended to maintenance or repairs) to be performed by include as an additional insured the person(s) or or on behalf of the additional insured(s) at organization(s) shown in the Schedule, but only the location of the covered operations has with respect to liability for "bodily injury", been completed; or "property damage" or "personal and advertising 2. That portion of "your work" out of which injury" caused, in whole or in part, by: the injury or damage arises has been put to 1. Your acts or omissions; or its intended use by any person or 2. The acts or omissions of those acting on organization other than another contractor or your behalf; subcontractor engaged in performing in the performance of your ongoing operations operations for a principal as a part of the for the additional insured(s) at the location(s) same project. designated above. C. With respect to the insurance afforded to these additional insureds, the following is added to However: Section III - Limits Of Insurance: 1. The insurance afforded to such additional If coverage provided to the additional insured is insured only applies to the extent permitted required by a contract or agreement, the most by law; and we will pay on behalf of the additional insured 2. If coverage provided to the additional is the amount of insurance: insured is required by a contract or 1. Required by the contract or agreement; or agreement, the insurance afforded to such additional insured will not be broader than 2. Available under the applicable limits of that which you are required by the contract insurance; or agreement to provide for such additional whichever is less. insured. This endorsement shall not increase the B. With respect to the insurance afforded to these applicable limits of insurance. additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, Page 2 of 2 0 Insurance Services Office, Inc., 2018 CG 20 10 12 19 POLICY NUMBER: GL5268212 COMMERCIAL GENERAL LIABILITY CG20371219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations ANY PERSON OR ORGANIZATION WHOM YOU PER THE CONTRACT OR AGREEMENT. BECOME OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED AS A RESULT OF ANY CONTRACT OR AGREEMENT YOU HAVE ENTERED INTO. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or B. With respect to the insurance afforded to organization(s) shown in the Schedule, but only these additional insureds, the following is with respect to liability for "bodily injury" or added to Section III — Limits Of Insurance: "property damage" caused, in whole or in part, If coverage provided to the additional insured is by "your work" at the location designated and required by a contract or agreement, the most described in the Schedule of this endorsement we will pay on behalf of the additional insured performed for that additional insured and is the amount of insurance: included in the "products-completed operations hazard". 1. Required by the contract or agreement; or However: 2. Available under the applicable limits of 1. The insurance afforded to such additional insurance; insured only applies to the extent permitted whichever is less. by law; and This endorsement shall not increase the 2. If coverage provided to the additional applicable limits of insurance. insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 12 19 (D Insurance Services Office, Inc., 2018 Pagel of 1 POLICY NUMBER: GL5268212 COMMERCIAL GENERAL LIABILITY CG 20 01 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2)You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1)The additional insured is a Named Insured under such other insurance; and CG 20 01 12 19 (D Insurance Services Office, Inc., 2018 Page 1 of 1 POLICY NUMBER: GL5268212 COMMERCIAL GENERAL LIABILITY CG24041219 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s) Or Organization(s): PURSUANT TO APPLICABLE WRITTEN CONTRACT OR AGREEMENT YOU ENTER INTO. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. CG 24 04 12 19 0 Insurance Services Office, Inc., 2018 Page 1 of 1 DATE(MM/DDIYYYY) ACOR" CERTIFICATE OF LIABILITY INSURANCE 12/13/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Lisa Shimizu-Fookes AssuredPartners Design Professionals Insurance Services, LLC PHONE FAX 3697 Mt. Diablo Blvd Suite 230 AIC No Ext: 714-427-3482 A/c No), Lafayette CA 94549 ADDRESS: CertsDesignPro@AssuredPartners.com INSURER(S)AFFORDING COVERAGE NAIC# License#:6003745 INSURERA:XL Specialty Insurance Co. 37885 INSURED PSOMASO-01 INSURER B: PSOMAS 865 S. Figueroa Street, Suite 3200 INSURERC: Los Angeles CA 90017 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:1403597327 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LTR POLICY NUMBER MM/DD/YYYY MM/DD/YYYY LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO TED CLAIMS-MADE1:1 OCCUR PREMISES (E.occurrence) lccurrrence) $ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY❑ PRO JECT ❑ LOC PRODUCTS-COMP/OP AGG $ OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ Ea accident ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident L $ UMBRELLALIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? ❑ N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A Professional Liab&Poll.Liab Y DPR5033899 10/15/2024 10/15/2025 Per Claim $2,000,000 Claims-Made Form Aggregate Limit $2,000,000 Retro Date:10/15/1947 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Additional Insured Status is not available on Professional Liability Policy. 9KEN010300-Naden Ave Interurban Trail Improvements, Kent,WA. CERTIFICATE HOLDER CANCELLATION 30 Day Notice of Cancellation SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Kent ACCORDANCE WITH THE POLICY PROVISIONS. Attn: Bryan Higgins 220 Fourth Avenue South AUTHORIZED REPRESENTATIVE Kent WA 98032 (:Z*7 tit ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD Policy Number: DPR5033899 2. The specific nature and extent of the injury or damage that has been sustained; and 3. How the INSURED first became aware of such CIRCUMSTANCE(S), then any CLAIM(S) that may subsequently be made against the INSURED arising out of such reported CIRCUMSTANCE(S) shall be deemed to have been made on the date first written notice of the CIRCUMSTANCE(S)was received by the Company.This right conferred upon the INSURED in this Paragraph shall terminate at the end of the POLICY PERIOD and shall not exist during the Automatic Extended Reporting Period or Optional Extended Reporting Period. XI. OTHER CONDITIONS A. Cancellation This Policy may be canceled by the NAMED INSURED by surrender thereof to the Company or any of its authorized agents or by mailing to the Company written notice stating when thereafter the cancellation shall be effective. This Policy may be canceled by the Company by mailing to the NAMED INSURED, at the address stated in Item 1. of the Declarations, written notice stating when, not less than thirty(30)days thereafter(or ten (10) days thereafter for non-payment of premium), such cancellation shall be effective. The mailing of notice as aforesaid shall be sufficient proof of notice. The time of surrender or the effective date and hour of cancellation stated in the notice shall become the end of the POLICY PERIOD. Delivery of such written notice either by the NAMED INSURED or by the Company shall be equivalent to mailing. If this Policy is canceled, earned premium shall be computed in accordance with the Company's guidelines with respect to cancellation. Premium adjustment may be made either at the time cancellation is effected or as soon as practicable after cancellation becomes effective, but payment or tender of unearned premium is not a condition of cancellation. B. Action Against The Company No action may be brought against the Company unless, as a condition precedent thereto, there shall have been full compliance with all of the terms of this Policy, nor until the amount of the INSURED'S obligation to pay shall have been finally determined either by judgment against the INSURED in a contested proceeding after final judgment has been rendered and any appeal decided, or by written agreement of the INSURED, the claimant and the Company. No person or organization shall have any right under this Policy to join the Company as a party to any action against the INSURED to determine the INSURED'S liability, nor shall the INSURED or the INSURED'S legal representative join the Company in such action. Bankruptcy or insolvency of the INSURED or the INSURED'S estate shall not relieve the Company of any of its obligations hereunder. C. Assignment This Policy may not be assigned or transferred without written consent of the Company. D. Subrogation In the event of any payment under this Policy, the Company shall be subrogated to all the INSURED'S rights of recovery therefor against any person or organization, and the INSURED shall execute and deliver instruments and papers and do whatever else is necessary to secure such rights. The INSURED shall do nothing after a CLAIM(S)to prejudice such rights. However, it is agreed that the Company waives its rights of subrogation under this Policy against clients of the INSURED as respects any CLAIM(S) arising from PROFESSIONAL SERVICES, or CONTRACTING SERVICES under the client's contract requiring waiver of subrogation, but only to the extent required by written contract. LDD 050 1116 Page 15 of 16 09/13/2024 6:34:31 PM ©2016 X.L. America, Inc. All Rights Reserved. May not be copied without permission. This endorsement, effective 12:01 a.m., 10/15/2024 forms a part of Policy No. DPR5033899 Issued to PSOMAS by XL Specialty Insurance Company. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF POLICY CANCELLATION — BLANKET NOTICE TO DESIGNATED ENTITIES This endorsement modifies insurance provided under the following: PROFESSIONAL, ENVIRONMENTAL AND NETWORK SECURITY LIABILITY POLICY—ARCHITECTS, CONSULTANTS AND ENGINEERS Section XI. OTHER CONDITIONS, Paragraph A. Cancellation is amended by the addition of the following: In the event that the Company cancels or non-renews this Policy during the POLICY PERIOD,the Company agrees to provide thirty (30) days' prior written notice of cancellation or non-renewal of this Policy to any entity with whom the NAMED INSURED agreed in a written contract or agreement would be provided with notice of cancellation or non-renewal of this Policy, provided that: 1. The Company receives, at least thirty (30) days prior to the date of cancellation or non-renewal, a written request from the NAMED INSURED to provide notice of cancellation to entities designated by the NAMED INSURED to receive such notice; and 2. The written request includes the name, address and email of each person or entity designated by the NAMED INSURED to receive such notice. The Company will assume that the list provided to the company by the NAMED INSURED is a complete and accurate list. This endorsement does not apply to non-renewal of the Policy at the end of the POLICY PERIOD or cancellation of the Policy for non-payment of premium to a premium finance company authorized to cancel the Policy. Furthermore, nothing contained in this endorsement shall be construed to provide any rights under the Policy to the entities receiving notice of cancellation pursuant to this endorsement, nor shall this endorsement amend or alter the effective date of cancellation stated in the cancellation notice issued to the NAMED INSURED. All other terms and conditions of the Policy remain unchanged. LDD 465 0620 Page 1 of 1 09/13/2024 6:34:31 PM ©2020 X.L. America, Inc. All Rights Reserved. May not be copied without permission. KENT CITY COUNCIL AGENDA • Tuesday, December 10, 2024 KEN T 7:00 PM W A S 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 or253-205-0468 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. Appointments to the Land Use and Planning Board B. Community Events C. Public Safety Report 5. REPORTS FROM COUNCIL AND STAFF A. Mayor Ralph's Report B. Chief Administrative Officer's Report C. Councilmembers' Reports 6. PUBLIC HEARING City Council Meeting City Council Regular Meeting December 10, 2024 7. PUBLIC COMMENT The Public Comment period is your opportunity to speak to the Council and Mayor on issues that relate to the city of Kent or to agenda items Council will consider. This is not an open public forum and comments that do not relate to the business of the city of Kent are not permitted. Additionally, the state of Washington strictly prohibits people from using this public comment opportunity for political campaign purposes, including to support or oppose a ballot measure or any candidate for public office. Speakers may not give political campaign speeches but must instead speak concerning a matter on the City Council's agenda or matters concerning the general business of the City of Kent. Further, in providing public comment, speakers must address the Mayor and Council as a whole; remarks intended to target an individual on the dais are not permitted. Finally, please note that this public comment opportunity is for you to provide information to the Mayor and City Council that you would like us to consider, but we will not be able to answer questions during the meeting itself. The City Clerk will announce each speaker. When called to speak, please step up to the podium, state your name and city of residence for the record, and then state your comments. You will have up to three minutes to provide comment. Public Comment may be provided orally at the meeting, or submitted in writing, either by emailing the City Clerk by 4 p.m. on the day of the meeting at CityClerk(@kentwa.aov 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 CityCl erk(cDkentwa.-go v. Alternatively, you may email the Mayor and Council at Mayor2KentWA.aov and CityCounci1(@KentWA.aov. Emails are not read into the record. S. CONSENT CALENDAR A. Approval of Minutes i. Council Workshop - Workshop Regular Meeting - Nov 19, 2024 5:15 PM ii. City Council Meeting - City Council Regular Meeting - Nov 19, 2024 7:00 PM B. Reappointments and Appointments to Kent Land Use and Planning Board- Confirm C. Goods and Services Agreement with Perfect Image - Authorize D. Agreement with Black Print Collective - Authorize E. Interlocal Agreement with Puget Sound Regional Fire Authority - Authorize F. 2024 Environmental Protection Agency Brownfields Grants - Accept G. Lodging Tax Advisory Committee Grant Awards - Award H. Consultant Contract with Platform Design, LLC for Updates to the City's Housing Code and Design Standards - Authorize I. 2025-2029 CDBG Consolidated Plan & Community Participation Plan- Adopt City Council Meeting City Council Regular Meeting December 10, 2024 I. Consolidating Budget Adjustment Ordinance for Adjustments between October 1, 2024, and October 31, 2024 - Adopt K. Consolidating Budget Adjustments, 11/1/2024 - 11/30-2024 - Ordinance - Adopt L. Consultant Services Agreement between the City of Kent and Protingent Inc. - Authorize M. Amendment to Consultant Services Agreement between the City of Kent and Robert Half International, Inc. - Authorize N. Stewart MacNichols Harmell, Inc. P.S., Amendment #1 - Authorize O. Agreement with KPG Psomas, Inc. for Interurban Trail at Naden Avenue Design - Authorize P. Accept funds from the Washington State Department of Transportation for the Highway Traffic Safety Improvement Program, Pacific Hwy S. (SR 99) Pedestrian Crossing Safety Improvement Project - Authorize Q. 2025 Water Treatment Chemical Supply - Goods and Services Agreement with ICI Jones Chemicals, Inc. - Authorize R. 2025 Recycle Event Management Contract - Goods & Services Agreement with Olympic Environmental Resources, Inc. - Authorize S. Ordinance Adopting the 2044 Comprehensive Plan - Adopt T. Emergency Ordinance Amending Kent City Code Chapters 12.13 and 12.15 Relating to School and Fire Impact Fees - Adopt U. Ordinance Adopting and Updating SEPA Categorical Exemptions - Adopt V. Ordinance Adopting Rezones and Zoning Code Changes to Implement the 2044 Comprehensive Plan- Adopt W. Property Tax Levy Ordinance - Adopt 9. OTHER BUSINESS A. Ordinance Adopting the 2025-2026 Biennial Budget - Adopt B. 2025 Legislative Update and Agenda - Approve 10. BIDS A. Linda Heights Pump Station Bid - Award B. Kent East Hill Operations Center (KEHOC) - Power and Fiber - Award 11. EXECUTIVE SESSION AND ACTION AFTER EXECUTIVE SESSION 12. ADJOURNMENT For additional information, please contact Kimberley A. Komoto, City Clerk at 253-856-5725, or email CityClerk@kentwa.gov. NOTE: A copy of the full agenda is available in the City Clerk's Office and at KentWA.gov. City Council Meeting City Council Regular Meeting December 10, 2024 Any person requiring a disability accommodation should contact the City Clerk at 253-856-5725 in advance of the meeting. For TDD relay service,call Washington Telecommunications Relay Services at 7-1-1. 8.0 00 KENT *A S w!N G T ON DATE: December 10, 2024 TO: Kent City Council SUBJECT: Agreement with KPG Psomas, Inc. for Interurban Trail at Naden Avenue Design - Authorize MOTION: I move to authorize the Mayor to sign the Consultant Services Agreement with KPG Psomas Inc., subject to final terms and conditions acceptable to the Parks Director and City Attorney. SUMMARY: Planning and design for improvements on the Interurban Trail from Willis Street to Meeker Street have been under way since 2023. KPG Psomas, Inc., in conjunction with the Parks Department, has completed work on the 60% design milestone. This agreement will allow the Parks Department to take the plans to 100% design. This agreement will also support bidding and construction of the project. Construction of the trail improvements is planned for 2025. BUDGET IMPACT: None. SUPPORTS STRATEGIC PLAN GOAL: Innovative Government - Delivering outstanding customer service, developing leaders, and fostering innovation. Evolvina Infrastructure - Connecting people and places through strategic investments in physical and technological infrastructure. Thrivina City - Creating safe neighborhoods, healthy people, vibrant commercial districts, and inviting parks and recreation. ATTACHMENTS: 1. KPG Psomas Consultant Services Agreement (PDF) 11/19/24 Committee of the Whole MOTION PASSES Packet Pg. 421 8.0 RESULT: MOTION PASSES [UNANIMOUS]Next: 12/10/2024 7:00 PM MOVER: Zandria Michaud, Councilmember SECONDER: Marli Larimer, Councilmember AYES: Kaur, Boyce, Boyd, Fincher, Larimer, Michaud, Troutner Packet Pg. 422 Signature: Signature: Pn�ThpmQ��g z�aiGs9P5T) Email: bhiggins@kentwa.gov Email: parkscontracts@kentwa.gov Signature: 8rc�C Ht- Brian Levenhagen(Dec 18,202 12:46 PST) Email: bjlevenhagen@kentwa.gov PPD-KPG Psomas-Interurban Trail At Naden Ave-Final Design Final Audit Report 2024-12-18 Created: 2024-12-17 By: KateLynn Jennings(kjennings@kentwa.gov) Status: Signed Transaction ID: CBJCHBCAABAAVhQSEKGMKRGgC8o3vOc5V9i8PGRWcf1g "PPD-KPG Psomas-Interurban Trail At Naden Ave-Final Design" History Document created by KateLynn Jennings (kjennings@kentwa.gov) 2024-12-17-6:48:03 PM GMT Document emailed to Bryan Higgins (bhiggins@kentwa.gov)for signature 2024-12-17-6:52:53 PM GMT Email viewed by Bryan Higgins (bhiggins@kentwa.gov) 2024-12-17-8:31:04 PM GMT G Document e-signed by Bryan Higgins (bhiggins@kentwa.gov) Signature Date:2024-12-17-8:55:49 PM GMT-Time Source:server Document emailed to Kent Parks (parkscontracts@kentwa.gov)for signature 2024-12-17-8:55:54 PM GMT Email viewed by Kent Parks (parkscontracts@kentwa.gov) 2024-12-17-8:58:36 PM GMT Signer Kent Parks (parkscontracts@kentwa.gov) entered name at signing as Phung Huynh 2024-12-17-8:59:14 PM GMT Document e-signed by Phung Huynh (parkscontracts@kentwa.gov) Signature Date:2024-12-17-8:59:16 PM GMT-Time Source:server 4 Document emailed to liz.gibson@psomas.com for signature 2024-12-17-8:59:21 PM GMT Email viewed by liz.gibson@psomas.com 2024-12-18-4:54:08 AM GMT Adobe Acrobat Sign E= Signer liz.gibson@psomas.com entered name at signing as Liz Gibson 2024-12-18-5:03:25 AM GMT Ea Document e-signed by Liz Gibson (liz.gibson@psomas.com) Signature Date:2024-12-18-5:03:27 AM GMT-Time Source:server Document emailed to Brian Levenhagen (bjlevenhagen@kentwa.gov)for signature 2024-12-18-5:03:31 AM GMT Email viewed by Brian Levenhagen (bjlevenhagen@kentwa.gov) 2024-12-18-8:45:59 PM GMT E= Document e-signed by Brian Levenhagen (bjlevenhagen@kentwa.gov) Signature Date:2024-12-18-8:46:24 PM GMT-Time Source:server Agreement completed. 2024-12-18-8:46:24 PM GMT Adobe Acrobat Sign