Loading...
HomeMy WebLinkAbout07-21-2014 PUBLIC WORKS COMMITTEE AGENDACj'I Y, of AUBURN %1VAS I I I IG "I° "O ' CALL TO ORDER A. Roll Call B. Announcements C. Agenda Modifications CONSENT AGENDA Public Works Committee July 21, 2014 - 3:30 PM Annex Conference Room 2 AGENDA A. Approval of Minutes* Public Works Committee to approve the minutes of the July 7, 2014 Public Works Committee meeting III. ACTION A. Resolution No. 5078* (Mund) A Resolution of the City Council of the City of Auburn, Washington, setting a public hearing to consider a franchise agreement with Electric Lightwave, LLC, a wholly owned subsidiary of Integra Telecom Holdings, Inc B. Right -of -Way Use Permit No. 14 -28* (Mund) Approve Right -of -Way Use Permit No. 14 -28 for Auburn Days Festival and Fun Run C. Right -of -Way Use Permit No. 14 -29* (Mund) Approve Right -of -Way Use Permit No. 14 -29 for Auburn Noon Lions Club and the Auburn Downtown Association D. Public Works Project No. CP1104* (Larson) Award Contract No. 14 -09 to Valley Electric Company of Mount Vernon on their low bid of $258,189.23 for Project No. CP1104, 8th St NE and 104th Ave SE Intersection Improvements E. Public Works Project No. CP1222* (Larson) Approve Final Pay Estimate No.3 to Contract No. 13 -15 in the Amount of $3,978.39 and Accept Construction of Project No. CP1222, Citywide Traffic Signal Safety Improvements F. Resolution No. 5086* (Gaub / Ruth) A Resolution of the City Council of the City of Auburn, Washington, authorizing the Mayor to execute an agreement with Jacob Armijo to convey an easement over a portion of City storm water retention property G. Ordinance No. 6520* (Gaub) Page 1 of 130 An Ordinance of the City Council of the City of Auburn, Washington, Amending sections 13.32A.020 and 13.32A.120 of the Auburn City Code relating to Undergrounding Wiring IV. DISCUSSION ITEMS A. Design Standards Revisions - Landscaping (Welsh) B. Resolution No. 4959* (Snyder) The purpose of Resolution No. 4959 is for the City Council to authorize the City of Auburn to enter into a Project Partnership Agreement (PPA) with the U.S. Army Corps of Engineers to construct the Mill Creek Wetland 5K project. C. Utility System Development Charges (SDC) Analysis Update from FCS Group (Fenhaus) D. Capital Project Status Report* (Sweeting) E. Significant Infrastructure Projects by Others - Public Works Status Report* Gaub F. Action Tracking Matrix* (Gaub) V. ADJOURNMENT Agendas and minutes are available to the public at the City Clerk's Office, on the City website (http: / /www.auburnwa.gov), and via e -mail. Complete agenda packets are available for review at the City Clerk's Office. *Denotes attachments included in the agenda packet. Page 2 of 130 ,IIYO1: 'A U, B UR . N VVAS1IIN J.CCI Agenda Subject: Approval of Minutes Department: Public Works Attachments: Draft Minutes AGENDA BILL APPROVAL FORM Date: July 15, 2014 Budget Impact: $0 Administrative Recommendation: Public Works Committee to approve the minutes of the July 7, 2014 Public Works Committee meeting. Background Summary: See attached draft minutes. Reviewed by Council Committees: Public Works Councilmember: Osborne Staff: Meeting Date: July 21, 2014 Item r: CA.A CA.A AUBURN * MORE THAN YOU IMAGINED Page 3 of 130 Cj'I Y, of AUBURN %'VAS 4 I I IG "C° "O ' I. CALL TO ORDER Public Works Committee July 7, 2014 - 3:30 PM Annex Conference Room 2 MINUTES Chairman Wayne Osborne called the meeting to order at 3:30 p.m. in Conference Room #2, located on the second floor of Auburn City Hall, One East Main Street, Auburn, Washington. A. Roll Call Chairman Wayne Osborne, Vice -Chair Bill Peloza, and Member Claude DaCorsi were present. Also present during the meeting were: Mayor Nancy Backus, Community Development & Public Works Director Kevin Snyder, Assistant Director of Engineering /City Engineer Ingrid Gaub, Assistant Director of Public Works Operations Randy Bailey, Assistant City Engineer Jacob Sweeting, Transportation Manager Pablo Para, Finance Director Shelley Coleman, City Attorney Dan Heid, Engineering Aide Amber Mund, Street Systems Engineer Jai Carter, Project Engineer Matt Larson, Project Engineer Seth Wickstrom, Environmental Services Manager Chris Andersen and Public Works Secretary Molly Mendez. Members of the public in attendance included: Mike Stringer. B. Announcements There were no announcements. C. Agenda Modifications There was one agenda modification, removing Action Item F, Public Works Project No. CP1104, from the agenda. 11. CONSENT AGENDA A. Approval of Minutes Public Works Committee to approve the minutes of the June 16, 2014 Public Works Committee meeting. Vice -Chair Peloza noted a minor error on page 4 of the minutes. It was moved by Vice -Chair Peloza, seconded by Member DaCorsi, that the Committee approve the Public Works Committee Meeting minutes for date, June 16, 2014, as amended. Page 1 of 6 CA.A Page 4 of 130 Motion carried 3 -0. 111. ACTION A. Right -of -Way Use Permit No. 14 -25 (Mund) Approve Right -of -Way Use Permit No. 14 -25 for Lehnertz Family LLC Engineering Aide Mund explained Right -of -Way Use Permit No. 14 -25 is for Lehnertz Family LLC. Lehnertz Family LLC has applied for renewal of a Right -of -Way Use Permit for a term of five years. This permit is for existing awnings and canopies attached to the Truitt Building. It was moved by Vice -Chair Peloza, seconded by Member DaCorsi, that the Committee approve Right -of -Way Use Permit No. 14 -25 for Lehnertz Family LLC. Motion carried 3 -0. B. Right -of -Way Use Permit No. 14 -26 (Mund) Approve Right -of -Way Use Permit No. 14 -26 for Scarff Motors Inc. Engineering Aide Mund explained Right -of -Way Use Permit No. 14 -26 is for Scarff Motors Inc to continue to park vehicles in the right -of -way surrounding their property. This is a five year renewal of a recently expired permit. Engineering Aide Mund responded to a question asked by Vice -Chair Peloza regarding rent collection. Answering a question asked by Member DaCorsi, Engineering Aide Mund explained the spot mark process. Member DaCorsi noted a Scrivener's error on page 15, paragraph 6A. Engineering Aide Mund will correct. It was moved by Vice -Chair Peloza, seconded by Member DaCorsi, that the Committee approve Right -of -Way Use Permit No. 14 -26 for Scarff Motors Inc. Motion carried 3 -0. C. Public Works Project No. CP1224 (Wickstrom) Approve Final Pay Estimate No. 9 to Contract No. 13 -04 in the amount of $21,373.86 and accept construction of Project No. CP1224, 2013 Local Street pavement Reconstruction Project Project Engineer Wickstrom provided a brief background summary of the project. There were no questions from the Committee. Page 2 of 6 CA.A Page 5 of 130 It was moved by Vice -Chair Peloza, seconded by Member DaCorsi, that the Committee approve Final Pay Estimate No. 9 to Contract No. 13 -04 in the amount of $21,373.86 and accept construction of Project No. CP1224, 2013 Local Street Pavement Reconstruction Project. Motion carried 3 -0. D. Public Works Project No. CP1225 (Wickstrom) Approve Final Pay Estimate No. 5 to Contract No. 13 -05 in the amount of $4,720.00 and accept construction of Project No. CP1225, West Valley Highway System Preservation Project Project Engineer Wickstrom provided a brief background summary of the project. There were no questions from the Committee. It was moved by Vice -Chair Peloza, seconded by Member DaCorsi, that the Committee approve Final Pay Estimate No. 5 to Contract No. 13 -05 in the amount of $4,720.00 and accept construction of Project No. CP1225, West Valley Highway System Preservation Project. Motion carried 3 -0. E. Public Works Project No. CP1024 (Larson) Award Contract No. 14 -06 to Rodarte Construction, Inc. on their low bid of $577,667.45 for Project No. CP1024, M Street SE and Auburn Way South Intersection Improvements Assistant City Engineer Sweeting explained that staff is asking for permission to award Contract No. 14 -06. Assistant City Engineer Sweeting responded to a question asked by Member DaCorsi regarding the engineers estimate and low bid amount. It was moved by Vice -Chair Peloza, seconded by Member DaCorsi, that the Committee award Contract No. 14 -06 to Rodarte Construction, Inc. on their low bid of $577,667.45 for Project No. CP1024, M Street SE and Auburn Way South Intersection Improvements. Motion carried 3 -0. F. Public Works Project No. CP1104 (Larson) Reject all Bids and Re- advertise Contract No. 14 -09 for Project No. CP1104, 8th St NE and 104th Ave SE Intersection Improvements Action Item F was removed from the agenda. G. Public Works Project No. CP1323 (Carter) Approve Award of Contract No. 14 -11, to the Lowest Responsible Page 3 of 6 CA.A Page 6 of 130 Bidder for Project No. CP1323, 2014 Local Street Pavement Reconstruction Project Street System Engineer Carter distributed updated agenda bill information on the bid and provided a brief background summary of the project. There were no questions from the Committee. It was moved by Vice -Chair Peloza, seconded by Member DaCorsi, that the Committee approve award of Contract No. 14 -11, to the lowest responsible bidder for Project No. CP1323, 2014 Local Street Pavement Reconstruction Project. Motion carried 3 -0. H. Public Works Project No. CP1301 (Carter) Approve Final Pay Estimate No. 4 to Contract No. 13 -20 in the amount of $46,235.40 and accept construction of Project No. CP1301, 2013 Citywide Sidewalk Repair Project Street System Engineer Carter provided a brief background summary of the project. There were no questions from the Committee. It was moved by Vice -Chair Peloza, seconded by Member DaCorsi, that the Committee approve Final Pay Estimate No. 4 to Contract No. 13 -20 in the amount of $46,235.40 and accept construction of Project No. CP1301, 2013 Citywide Sidewalk Repair Project. Motion carried 3 -0. IV. DISCUSSION ITEMS A. Revenue Manual (Coleman) 2014 Revenue Manual For the purpose of these minutes, this item was discussed after Discussion Item C. Finance Director Coleman responded to a question asked by Chairman Osborne regarding the percentage which goes towards arterial street improvement funding. B. Resolution No. 5080 (Bailey) A Resolution of the City Council of the City of Auburn, Washington Declaring Certain Items of Property as Surplus and Authorizing their Disposal For the purpose of these minutes, this item was discussed after Discussion Item A. Assistant Director of Public Works Operations Bailey provided an Page 4 of 6 CA.A Page 7 of 130 overview of Resolution No. 5080. In response to a question asked by Member DaCorsi, Assistant Director of Public Works Operations Bailey explained the surplus process. Responding to a question asked by Vice -Chair Peloza, Assistant Director of Public Works Operations Bailey advised as to how a non- profit organization would be able to acquire a surplus item. C. Mill Creek Wetland 5K Restoration Project (Andersen) Review and discuss the federal /non - federal partnership agreement for City Project No. CP0746 For the purpose of these minutes, this item was discussed prior to Discussion Item A. Environmental Services Manager Andersen asked for Chairman Osborne's permission to include Mike Stringer (with the environmental consulting firm) at the table for this discussion. Chairman Osborne permitted. Environmental Services Manager Andersen provided overview of the project. There was a short group discussion regarding the total estimated project cost and what the costs to the City would be following a question asked by Chairman Osborne. Member DaCorsi asked if the funding will no longer be available if the deadline is not met. Environmental Services Manager Andersen responded stating it has been indicated by the Corp that it is highly likely that the funds will not be available if it is not secured by the deadline. In response to a question asked by Chairman Osborne, Environmental Services Manager Andersen outlined what the continued maintenance will be once construction is complete. There was a short conversation regarding beaver dams near this project location. D. Capital Project Status Report (Sweeting) Item 25 — CP1304 — 37th St & B St NW BNSF Pre - Signal: Responding to a question asked by Member DaCorsi, Assistant City Engineer Sweeting explained the City has obtained a tentative approval from BNSF for the proposed design using the Railroads cantilever structure and currently the process of negotiating the Page 5 of 6 CA.A Page 8 of 130 agreement is underway. E. Significant Infrastructure Projects by Others - Public Works Status Report (Laub) Assistant City Engineer provided updated information to the Committee regarding the replacement of gas lines on Auburn Way South following a question asked by Chairman Osborne. F. Action Tracking Matrix (Laub) Item F — 105th Street Sewer Odor: Assistant Director of Public Works Operations Bailey advised there are no new findings on this item in response to a question asked by Chairman Osborne. V. ADJOURNMENT There being no further business to come before the Public Works Committee, the meeting was adjourned at 4:22 p.m. Approved this 21st day of July, 2014. Wayne Osborne Molly Mendez Chairman Public Works Department Secretary Page 6 of 6 CA.A Page 9 of 130 ,IIY01: 'A U, B UR . N VVAS 11 I I N61"CI , Agenda Subject: Resolution No. 5078 Department: Public Works Attachments: x # # L# H AGENDA BILL APPROVAL FORM Date: July 10, 2014 Budget Impact: $0 Administrative Recommendation: City Council approves Resolution No. 5078 setting the date of the public hearing for Franchise Agreement No. 13 -28 for Electric Lightwave LLC for September 2, 2014. Background Summary: Resolution No. 5078 sets the date of the public hearing for Franchise Agreement No. 13 -28 Electric Lightwave LLC for September 2, 2014 at 7:30 pm in Council Chambers. Franchise Agreement No. 13 -28, Draft Ordinance No. 6513 is attached as back up documentation for Resolution No. 5078. Per Auburn City Code Chapter 20.06.010, a franchise shall be required of any commercial utility or telecommunications operator or carrier or other person who desires to occupy public ways of the city and to provide telecommunications or commercial utility services to any person or area in the city. Electric Lightwave LLC (ELI) has applied for a Franchise Agreement to be able to operate and build within the City's rights of way a telecommunications network. The applicant will offer telecommunications services to customers within Auburn. The proposed franchise area is all rights of way in the City, as ELI leases facilities from CenturyLink and BPA throughout the City to provide service. Should ELI wish to build their own facilities they would need and amendment to this agreement and would need to obtain permits as required by the agreement. Exact locations, plans, engineering and construction schedules of any future ELI owned facilities would be reviewed, approved and managed through the City's permitting processes that are a requirement of the Franchise Agreement. Reviewed by Council Committees: Planning And Community Development, Public Works Councilmember: Osborne Staff: Mund ACT.A AUBURN * MORE THAN YOU IMAGINED Page 10 of 130 Meeting Date: July 21, 2014 Item r: ACT.A ACT.A AUBURN * MORE THAN YOU IMAGINED Page 11 of 130 RESOLUTION NO. 5078 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF AUBURN, WASHINGTON, SETTING A PUBLIC HEARING TO CONSIDER A FRANCHISE AGREEMENT WITH ELECTRIC LIGHTWAVE, LLC, A WHOLLY OWNED SUBSIDIARY OF INTEGRA TELECOM HOLDINGS, INC WHEREAS, Electric Lightwave, LLC (ELI) has applied to the City for a non- exclusive Franchise Agreement for the right of entry, use, and occupation of certain public rights -of -way within the City of Auburn, expressly to install, construct, erect, operate, maintain, repair, relocate and remove its facilities in, on, upon, along and /or across those right(s) -of -way; and WHEREAS, the Public Works Committee of the Auburn City Council has reviewed ELI's application materials, and, pursuant to ACC 20.06.040, the Public Works Committee has recommended to the City Council that it schedule a public hearing on the application; and WHEREAS, the City Council agrees with the recommendation of the Public Works Committee, NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF AUBURN, WASHINGTON, HEREBY RESOLVES as follows: Section 1. That a hearing on the application by Electric Lightwave, LLC for a Franchise Agreement with the City of Auburn is hereby set for 7:30 p.m. on the 2nd day of September, 2014, at the City Council Chambers at 25 West Main Street, Auburn, Washington, 98001, with all persons wishing to speak to the application at the public ---------------------------- Resolution No. 5078 Franchise Agreement No. 13 -28 June 9, 2014 Page 1 ACT.A Page 12 of 130 hearing being invited to attend. Section 2. The Mayor is hereby authorized to implement such administrative procedures as may be necessary to carry out the directives of this legislation, including posting notice of such public hearing as required by State law and City Ordinance. Section 3. This Resolution shall be in full force in effect upon passage and signatures hereon. DATED and SIGNED this day of , 2014 CITY OF AUBURN Nancy Backus Mayor Attest: Danielle E. Daskam, City Clerk Approved as to Form: Daniel B. Heid, City Attorney ---------------------------- Resolution No. 5078 Franchise Agreement No. 13 -28 June 9, 2014 Page 2 ACT.A Page 13 of 130 ORDINANCE NO. 6513 AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF AUBURN, WASHINGTON, GRANTING TO ELECTRIC LIGHTWAVE, LLC, A WHOLLY OWNED SUBSIDIARY OF INTEGRA TELECOM HOLDINGS, INC, A DELEWARE CORPORATION, A FRANCHISE FOR TELECOMMUNICATIONS TYPE OF UTILITY WHEREAS, Electric Lightwave LLC ( "ELI ") ( "Grantee ") has applied to the City of Auburn ( "City ") for a non - exclusive Franchise for the right of entry, use, and occupation of certain public right(s) -of -way within the City, expressly to install, construct, erect, operate, maintain, repair, relocate and remove its facilities in, on, over, under, along and /or across those right(s) -of -way; and WHEREAS, following proper notice, the City Council held a public hearing on Grantee's request for a Franchise, at which time representatives of Grantee and interested citizens were heard in a full public proceeding affording opportunity for comment by any and all persons desiring to be heard; and WHEREAS, from information presented at such public hearing, and from facts and circumstances developed or discovered through independent study and investigation, the City Council now deems it appropriate and in the best interest of the City and its inhabitants that the franchise be granted to Grantee, NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF AUBURN WASHINGTON, DO ORDAIN as follows: Section 1. Grant of Right to Use Franchise Area A. Subject to the terms and conditions stated herein, the City grants to the Grantee general permission to enter, use, and occupy the right(s) -of -way and /or other public property within the City of Auburn (the "Franchise Area "). B. The Grantee is authorized to install, remove, construct, erect, operate, maintain, relocate and repair the types of facilities specified in Exhibit "B," attached hereto and incorporated by reference, and all necessary appurtenances thereto, ( "Grantee Facilities ") for provision of those services set forth in Exhibit "C" ( "Grantee Services ") in, along, under and across the Franchise Area. C. At the time of initial application Grantee represented that it did not currently own, lease, or have indefeasible rights of use for any facilities that would be defined as Grantee Facilities under this Franchise. This Franchise does Ordinance No. 6513 Franchise Agreement No. 13 -28 June 9, 2014 Page 1 of 19 ACT.A Page 14 of 130 not authorize the use of the Franchise Area for any facilities or services other than Grantee Facilities and Grantee Services, and it extends no rights or privilege relative to any facilities or services of any type, including Grantee Facilities and Grantee Services, on public or private property elsewhere within the City. If Grantee intends to install, construct, erect, operate, or maintain new Grantee Facilities, it shall submit an application to amend this Franchise, which amendment may be approved by the City administratively. D. This Franchise is non - exclusive and does not prohibit the City from entering into other agreements, including Franchises, impacting the Franchise Area, unless the City determines that entering into such agreements interferes with Grantee's right set forth herein. E. Except as explicitly set forth herein, this Franchise does not waive any rights that the City has or may hereafter acquire with respect to the Franchise Area or any other City roads, rights -of -way, property, or any portions thereof. This Franchise shall be subject to the power of eminent domain, and in any proceeding under eminent domain, the Grantee acknowledges its use of the Franchise Area shall have no value. F. The City reserves the right to change, regrade, relocate, abandon, or vacate any right -of -way within the Franchise Area. If, at any time during the term of this Franchise, the City vacates any portion of the Franchise Area containing Grantee Facilities, the City shall reserve an easement for public utilities within that vacated portion, pursuant to RCW 35.79.030, within which the Grantee may continue to operate any existing Grantee Facilities under the terms of this Franchise for the remaining period set forth under Section 3. G. The Grantee agrees that its use of Franchise Area shall at all times be subordinated to and subject to the City and the public's need for municipal infrastructure, travel, and access to the Franchise Area, except as may be otherwise required by law. Section 2. Notice A. Written notices to the parties shall be sent by certified mail to the following addresses, unless a different address shall be designated in writing and delivered to the other party. City.. Engineering Aide, Community Development and Public Works Department - Transportation City of Auburn 25 West Main Street ------------------------------ Ordinance No. 6513 Franchise Agreement No. 13 -28 June 9, 2014 Page 2of19 ACT.A Page 15 of 130 Auburn, WA 98001 -4998 Telephone: (253) 931 -3010; Fax: (253) 931 -3048 with a copy to: City Clerk City of Auburn 25 West Main Street Auburn, WA 98001 -4998 Grantee: Electric Lightwave LLC, ( ELI) 1201 NE Lloyd Blvd, Suite 500 Portland, OR 97232 Attn: Contract Administration Telephone: 503 - 453 -8000 Fax: 503 - 453 -8221 B. Any changes to the above - stated Grantee information shall be sent to the City's Engineering Aide, Community Development and Public Works Department — Transportation Division, with copies to the City Clerk, referencing the title of this agreement. C. The above - stated Grantee voice and fax telephone numbers shall be staffed at least during normal business hours, Pacific time zone. Section 3. Term of Agreement A. This Franchise shall run for a period of five (5) years, from the date of execution specified in Section 5. B. Renewal Option of Term: The Grantee may renew this Franchise for an additional five (5) year period upon submission and approval of the application specified under ACC 20.06.130, as it now exists or is amended, within the timeframe set forth therein (currently 240 to 180 days prior to expiration of the then - current term). Any materials submitted by the Grantee for a previous application may be considered by the City in reviewing a current application, and the Grantee shall only submit those materials deemed necessary by the City to address changes in the Grantee Facilities or Grantee Services, or to reflect specific reporting periods mandated by the ACC. C. Failure to Renew Franchise — Automatic Extension. If the Parties fail to formally renew this Franchise prior to the expiration of its term or any extension thereof, the Franchise automatically continues month to month until Ordinance No. 6513 Franchise Agreement No. 13 -28 June 9, 2014 Page 3of19 ACT.A Page 16 of 130 renewed or either party gives written notice at least one hundred and eighty (180) days in advance of intent not to renew the Franchise. Section 4. Definitions For the purpose of this agreement: "ACC" means the Auburn City Code. "Emergency" means a condition of imminent danger to the health, safety and welfare of persons or property located within the City including, without limitation, damage to persons or property from natural consequences, such as storms, earthquakes, riots, acts of terrorism or wars. "Maintenance or Maintain" shall mean examining, testing, inspecting, repairing, maintaining and replacing the existing Grantee Facilities or any part thereof as required and necessary for safe operation. "Relocation" means permanent movement of Grantee facilities required by the City, and not temporary or incidental movement of such facilities, or other revisions Grantee would accomplish and charge to third parties without regard to municipal request. "Rights -of -Way" means the surface and the space above and below streets, roadways, highways, avenues, courts, lanes, alleys, sidewalks, easements, rights -of -ways and similar public properties and areas. Section 5. Acceptance of Franchise A. This Franchise, and any rights granted hereunder, shall not become effective for any purpose unless and until Grantee files with the City Clerk (1) the Statement of Acceptance, attached hereto as Exhibit "D," and incorporated by reference, (2) all verifications of insurance coverage specified under Section 15, and (3) the financial guarantees specified in Section 16 (collectively, "Franchise Acceptance "). The date that such Franchise Acceptance is filed with the City Clerk shall be the effective date of this Franchise. B. Should the Grantee fail to file the Franchise Acceptance with the City Clerk within 30 days after the effective date of the ordinance approving the Franchise, the City's grant of the Franchise will be null and void. Ordinance No. 6513 Franchise Agreement No. 13 -28 June 9, 2014 Page 4of19 ACT.A Page 17 of 130 Section 6. Construction and Maintenance A. The Grantee shall apply for, obtain, and comply with the terms of all permits required under ACC Chapter 12.24 for any work done within the City. Grantee shall comply with all applicable City, State, and Federal codes, rules, regulations, and orders in undertaking such work, which shall be done in a thorough and proficient manner. B. Grantee agrees to coordinate its activities with the City and all other utilities located within the public right -of -way within which Grantee is under taking its activity. C. The City expressly reserves the right to prescribe how and where Grantee Facilities shall be installed within the public right -of -way and may from time to time, pursuant to the applicable sections of this Franchise, require the removal, relocation and /or replacement thereof in the public interest and safety at the expense of the Grantee. D. Before commencing any work within the public right -of -way, the Grantee shall comply with the One Number Locator provisions of RCW Chapter 19.122 to identify existing utility infrastructure. E. Tree Trimming. Upon prior written approval of the City and in accordance with City ordinances, Grantee shall have the authority to reasonably trim trees upon and overhanging streets, public rights -of -way, and places in the Franchise Area so as to prevent the branches of such trees from coming in physical contact with the Grantee Facilities. Grantee shall be responsible for debris removal from such activities. If such debris is not removed within twenty - four (24) hours of completion of the trimming, the City may, at its sole discretion, remove such debris and charge Grantee for the cost thereof. This section does not, in any instance, grant automatic authority to clear vegetation for purposes of providing a clear path for radio signals. Any such general vegetation clearing will require a land clearing permit. Section 7. Repair and Emergency Work In the event of an emergency, the Grantee may commence such repair and emergency response work as required under the circumstances, provided that the Grantee shall notify the City Engineering Aide in writing as promptly as possible, before such repair or emergency work commences, or as soon thereafter as possible, if advance notice is not practical. The City may act, at any time, without prior written notice in the case of emergency, but shall notify the Grantee in writing as promptly as possible under the circumstances. Ordinance No. 6513 Franchise Agreement No. 13 -28 June 9, 2014 Page 5of19 ACT.A Page 18 of 130 Section 8. Damages to City and Third -Party Property Grantee agrees that if any of its actions under this Franchise impairs or damages any City property, survey monument, or property owned by a third - party, Grantee will restore, at its own cost and expense, said property to a safe condition. Such repair work shall be performed and completed to the satisfaction of the City Engineer. Section 9. Location Preference A. Any structure, equipment, appurtenance or tangible property of a utility, other than the Grantee's, which was installed, constructed, completed or in place prior in time to Grantee's application for a permit to construct or repair Grantee Facilities under this Franchise shall have preference as to positioning and location with respect to the Grantee Facilities. However, to the extent that the Grantee Facilities are completed and installed prior to another utility's submittal of a permit for new or additional structures, equipment, appurtenances or tangible property, then the Grantee Facilities shall have priority. These rules governing preference shall continue in the event of the necessity of relocating or changing the grade of any City road or right -of -way. A relocating utility shall not necessitate the relocation of another utility that otherwise would not require relocation. This Section shall not apply to any City facilities or utilities that may in the future require the relocation of Grantee Facilities. Such relocations shall be governed by Section 11. B. Grantee shall maintain a minimum underground horizontal separation of five (5) feet from City water, sanitary sewer and storm sewer facilities and ten (10) feet from above - ground City water facilities; provided, that for development of new areas, the City, in consultation with Grantee and other utility purveyors or authorized users of the Public Way, will develop guidelines and procedures for determining specific utility locations. Section 10. Grantee Information A. Grantee agrees to supply, at no cost to the City, any information reasonably requested by the City Engineering Aide to coordinate municipal functions with Grantee's activities and fulfill any municipal obligations under state law. Said information shall include, at a minimum, as -built drawings of Grantee Facilities, installation inventory, and maps and plans showing the location of existing or planned facilities within the City. Said information may be requested either in hard copy or electronic format, compatible with the City's data base system, as now or hereinafter existing, including the City's geographic information Service (GIS) data base. Grantee shall keep the City Engineering Ordinance No. 6513 Franchise Agreement No. 13 -28 June 9, 2014 Page 6of19 ACT.A Page 19 of 130 Aide informed of its long -range plans for coordination with the City's long -range plans. B. The parties understand that Washington law limits the ability of the City to shield from public disclosure any information given to the City. Accordingly, the City agrees to notify the Grantee of requests for public records related to the Grantee, and to give the Grantee a reasonable amount of time to obtain an injunction to prohibit the City's release of records. Grantee shall indemnify and hold harmless the City for any loss or liability for fines, penalties, and costs (including attorneys fees) imposed on the City because of non - disclosures requested by Grantee under Washington's open public records act, provided the City has notified Grantee of the pending request. Section 11. Relocation of Grantee Facilities A. Except as otherwise so required by law, Grantee agrees to relocate, remove, or reroute its facilities as ordered by the City Engineer at no expense or liability to the City, except as may be required by RCW Chapter 35.99. Pursuant to the provisions of Section 14, Grantee agrees to protect and save harmless the City from any customer or third -party claims for service interruption or other losses in connection with any such change, relocation, abandonment, or vacation of the Pubic Way. B. If a readjustment or relocation of the Grantee Facilities is necessitated by a request from a party other than the City, that party shall pay the Grantee the actual costs thereof. Section 12. Abandonment and or Removal of Grantee Facilities A. Within one hundred and eighty days (180) of Grantee's permanent cessation of use of the Grantee Facilities, or any portion thereof, the Grantee shall, at the City's discretion, either abandon in place or remove the affected facilities. B. The parties expressly agree that this Section shall survive the expiration, revocation or termination of this Franchise. Section 13. Undergrounding A. The parties agree that this Franchise does not limit the City's authority under federal law, state law, or local ordinance, to require the undergrounding of utilities. ------------------------------ Ordinance No. 6513 Franchise Agreement No. 13 -28 June 9, 2014 Page 7of19 ACT.A Page 20 of 130 B. Whenever the City requires the undergrounding of aerial utilities in the Franchise Area, the Grantee shall underground the Grantee Facilities in the manner specified by the City Engineer at no expense or liability to the City, except as may be required by RCW Chapter 35.99 Where other utilities are present and involved in the undergrounding project, Grantee shall only be required to pay its fair share of common costs borne by all utilities, in addition to the costs specifically attributable to the undergrounding of Grantee Facilities. Common costs shall include necessary costs for common trenching and utility vaults. Fair share shall be determined in comparison to the total number and size of all other utility facilities being undergrounded. Section 14. Indemnification and Hold Harmless A. The Grantee shall defend, indemnify, and hold the City and its officers, officials, agents, employees, and volunteers harmless from any and all costs, claims, injuries, damages, losses, suits, or liabilities of any nature including attorneys' fees arising out of or in connection with the Grantee's performance under this Franchise, except to the extent such costs, claims, injuries, damages, losses, suits, or liabilities are caused by the negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. B. The Grantee shall hold the City harmless from any liability arising out of or in connection with any damage or loss to the Grantee Facilities caused by maintenance and /or construction work performed by, or on behalf of, the City within the Franchise Area or any other City road, right -of -way, or other property, except to the extent any such damage or loss is directly caused by the negligence of the City, or its agent performing such work. C. The Grantee acknowledges that neither the City nor any other public agency with responsibility for fire fighting, emergency rescue, public safety or similar duties within the City has the capability to provide trench, close trench or confined space rescue. The Grantee, and its agents, assigns, successors, or contractors, shall make such arrangements as Grantee deems fit for the provision of such services. The Grantee shall hold the City harmless from any liability arising out of or in connection with any damage or loss to the Grantee for the City's failure or inability to provide such services, and, pursuant to the terms of Section 14(A), the Grantee shall indemnify the City against any and all third- Ordinance No. 6513 Franchise Agreement No. 13 -28 June 9, 2014 Page 8of19 ACT.A Page 21 of 130 party costs, claims, injuries, damages, losses, suits, or liabilities based on the City's failure or inability to provide such services. D. Acceptance by the City of any work performed by the Grantee shall not be grounds for avoidance of this section. E. It is further specifically and expressly understood that the indemnification provided herein constitutes the Grantee's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. Section 15. Insurance A. The Grantee shall procure and maintain for the duration of this Franchise, 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 Grantee, its agents, representatives, or employees in the amounts and types set forth below: 1. Automobile Liability insurance covering all owned, non - owned, hired, and leased vehicles with a minimum combined single limit for bodily injury and property damage of $1,000,000.00 per accident. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance with limits no less than $1,000,000.00 each occurrence, $2,000,000.00 general aggregate and a $2,000,000.00 products - completed operations aggregate limit. Coverage shall be written on ISO occurrence form CG 00 01 or a substitute form providing equivalent coverage and shall cover liability arising from premises, operations, independent contractors, products - completed operations, stop gap liability, and 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 or an equivalent form. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse, or underground property damage. The City shall be named as an additional insured under the Grantee's Commercial General Liability insurance policy with respect to the work performed under this Franchise using ISO Additional Insured Endorsement CG 20 10 10 01 and Additional Insured- Ordinance No. 6513 Franchise Agreement No. 13 -28 June 9, 2014 Page 9of19 ACT.A Page 22 of 130 Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. 3. Professional Liability insurance with limits no less than $1,000,000.00 per claim for all professional employed or retained Grantee to perform services under this Franchise. 4. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability, Professional Liability, and Commercial General Liability insurance: 1. The Grantee's insurance coverage shall be primary insurance as respects the City. Any insurance, self- insurance, or insurance pool coverage maintained by the City shall be in excess of the Grantee's insurance and shall not contribute with it. 2. The Grantee's insurance shall be endorsed to state that coverage shall not be cancelled by the insurers except after thirty (30) days' prior written notice has been given to Grantee. Upon receipt of such notice, Grantee shall immediately notify by certified mail, return receipt requested, the City. C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. D. Verification of Coverage. Grantee shall furnish the City with documentation of insurer's A.M. Best rating and with original certificates and a copy of amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of Grantee before commencement of the work. E. Grantee shall have the right to self- insure any or all of the above - required insurance. Any such self insurance is subject to approval by the City. F. Grantee's maintenance of insurance as required by this Franchise shall not be construed to limit the liability of Grantee to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy to which the City is otherwise entitled at law or in equity. Ordinance No. 6513 Franchise Agreement No. 13 -28 June 9, 2014 Page 10 of 19 ACT.A Page 23 of 130 Section 16. Performance Security The Grantee shall provide the City with a financial guarantee in the amount of Fifty Thousand Dollars ($50,000.00) running for, or renewable for, the term of this Franchise, in a form and substance acceptable to the City. In the event Grantee shall fail to substantially comply with any one or more of the provisions of this Franchise, then there shall be recovered jointly and severally from the principal and any surety of such financial guarantee any damages suffered by City as a result thereof, including but not limited to staff time, material and equipment costs, compensation or indemnification of third parties, and the cost of removal or abandonment of facilities hereinabove described. Grantee specifically agrees that its failure to comply with the terms of Section 19 shall constitute damage to the City in the monetary amount set forth therein. Such a financial guarantee shall not be construed to limit the Grantee's liability to the guarantee amount, or otherwise limit the City's recourse to any remedy to which the City is otherwise entitled at law or in equity. Section 17. Successors and Assignees A. All the provisions, conditions, regulations and requirements herein contained shall be binding upon the successors, assigns of, and independent contractors of the Grantee, and all rights and privileges, as well as all obligations and liabilities of the Grantee shall inure to its successors, assignees and contractors equally as if they were specifically mentioned herein wherever the Grantee is mentioned. B. This Franchise shall not be leased, assigned or otherwise alienated without the express prior consent of the City by ordinance. C. Grantee and any proposed assignee or transferee shall provide and certify the following to the City not less than sixty (60) days prior to the proposed date of transfer: (a) Complete information setting forth the nature, term and conditions of the proposed assignment or transfer; (b) All information required by the City of an applicant for a Franchise with respect to the proposed assignee or transferee; and, (c) An application fee which shall be set by the City, plus any other costs actually and reasonably incurred by the City in processing, and investigating the proposed assignment or transfer. D. Prior to the City's consideration of a request by Grantee to consent to a Franchise assignment or transfer, the proposed Assignee or Transferee shall file with the City a written promise to unconditionally accept all terms of the Franchise, effective upon such transfer or assignment of the Franchise. The City is under no obligation to undertake any investigation of the transferor's state of compliance and failure of the City to insist on full compliance prior to transfer Ordinance No. 6513 Franchise Agreement No. 13 -28 June 9, 2014 Page 11 of 19 ACT.A Page 24 of 130 does not waive any right to insist on full compliance thereafter. Section 18. Dispute Resolution A. In the event of a dispute between the City and the Grantee arising by reason of this Agreement, the dispute shall first be referred to the operational officers or representatives designated by Grantor and Grantee to have oversight over the administration of this Agreement. The officers or representatives shall meet within thirty (30) calendar days of either party's request for a meeting, whichever request is first, and the parties shall make a good faith effort to achieve a resolution of the dispute. B. If the parties fail to achieve a resolution of the dispute in this manner, either party may then pursue any available judicial remedies. This Franchise shall be governed by and construed in accordance with the laws of the State of Washington. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be exclusively in King County, Washington. The prevailing party in any such action shall be entitled to its attorneys' fees and costs of suit, which shall be fixed by the judge hearing the case, and such fees shall be included in the judgment. Section 19. Enforcement and Remedies A. If the Grantee shall willfully violate, or fail to comply with any of the provisions of this Franchise through willful or unreasonable negligence, or should it fail to heed or comply with any notice given to Grantee under the provisions of this agreement, the City may, at its discretion, provide Grantee with written notice to cure the breach within thirty (30) days of notification. If the City determines the breach cannot be cured within thirty days, the City may specify a longer cure period, and condition the extension of time on Grantee's submittal of a plan to cure the breach within the specified period, commencement of work within the original thirty day cure period, and diligent prosecution of the work to completion. If the breach is not cured within the specified time, or the Grantee does not comply with the specified conditions, the City may, at its discretion, either (1) revoke the Franchise with no further notification, or (2) claim damages of Two Hundred Fifty Dollars ($250.00) per day against the financial guarantee set forth in Section 16 for every day after the expiration of the cure period that the breach is not cured. B. Should the City determine that Grantee is acting beyond the scope of permission granted herein for Grantee Facilities and Grantee Services, the City reserves the right to cancel this Franchise and require the Grantee to apply for, obtain, and comply with all applicable City permits, franchises, or other City Ordinance No. 6513 Franchise Agreement No. 13 -28 June 9, 2014 Page 12 of 19 ACT.A Page 25 of 130 permissions for such actions, and if the Grantee's actions are not allowed under applicable federal and state or City laws, to compel Grantee to cease such actions. Section 20. Compliance with Laws and Regulations A. This Franchise is subject to, and the Grantee shall comply with all applicable federal and state or City laws, regulations and policies (including all applicable elements of the City's comprehensive plan), in conformance with federal laws and regulations, affecting performance under this Franchise. Furthermore, notwithstanding any other terms of this agreement appearing to the contrary, the Grantee shall be subject to the police power of the City to adopt and enforce general ordinances necessary to protect the safety and welfare of the general public in relation to the rights granted in the Franchise Area. B. The City reserves the right at any time to amend this Franchise to conform to any hereafter enacted, amended, or adopted federal or state statute or regulation relating to the public health, safety, and welfare, or relating to roadway regulation, or a City Ordinance enacted pursuant to such federal or state statute or regulation upon providing Grantee with thirty (30) days written notice of its action setting forth the full text of the amendment and identifying the statute, regulation, or ordinance requiring the amendment. Said amendment shall become automatically effective upon expiration of the notice period unless, before expiration of that period, the Grantee makes a written call for negotiations over the terms of the amendment. If the parties do not reach agreement as to the terms of the amendment within thirty (30) days of the call for negotiations, the City may enact the proposed amendment, by incorporating the Grantee's concerns to the maximum extent the City deems possible. C. The City may terminate this Franchise upon thirty (30) days written notice to the Grantee, if the Grantee fails to comply with such amendment or modification. Section 21. License, Tax and Other Charges This Franchise shall not exempt the Grantee from any future license, tax, or charge which the City may hereinafter adopt pursuant to authority granted to it under state or federal law for revenue or as reimbursement for use and occupancy of the Franchise Area. Ordinance No. 6513 Franchise Agreement No. 13 -28 June 9, 2014 Page 13 of 19 ACT.A Page 26 of 130 Section 22. Consequential Damages Limitation Notwithstanding any other provision of this Agreement, in no event shall either party be liable for any special, incidental, indirect, punitive, reliance, consequential or similar damages. Section 23. Severability If any portion of this Franchise is deemed invalid, the remainder portions shall remain in effect. Section 24. Titles The section titles used herein are for reference only and should not be used for the purpose of interpreting this Franchise. Section 25. Implementation. The Mayor is hereby authorized to implement such administrative procedures as may be necessary to carry out the directions of this legislation. Section 26. Effective date. This Ordinance shall take effect and be in force five days from and after its passage, approval and publication as provided by law. INTRODUCED: PASSED: APPROVED: NANCY BACKUS, MAYOR ATTEST: Danielle E. Daskam, City Clerk Ordinance No. 6513 Franchise Agreement No. 13 -28 June 9, 2014 Page 14 of 19 ACT.A Page 27 of 130 APPROVED AS TO FORM: Daniel B. Heid, City Attorney Published: Ordinance No. 6513 Franchise Agreement No. 13 -28 June 9, 2014 Page 15 of 19 ACT.A Page 28 of 130 Exhibit A Franchise Area , 1��, ;- - ; , - - - ;'y T ��� � ' �. � � I � , s :, + 1 ,�,e 1. _ �� - � � ���i j6 � I � �� � � oo i � �'.. � Y .r�y��— � f i �'�� �' � . j �� - 'z �`r� . , `,; -`��- � � p j��( ,� � �� { � � iT: 9 � 1 ' �, � � t�is ,i � ,{ ti�7_`�-r`�t�-�r�r = '1 � � �� ��[�: 6� � ; i;I �= T .. . ' � ii.?a � I {� I � . ,i '. � �� � � �'� 1��"� �t � '�< � � , � :�: .(��C � /� lr � ��• � t' E ,��y y� ;,;,, � / 9�Ai€� ll� �.�,X I �`` _��,,�-- ,T r �' _ `� - ._�--�..� �... �� r� � :r�"t` _ - . `' '`�` N r*i I � ,:`I � �.._ �r � � N �,...,� � �� .. � . � �t ( .. � I� I t�� 1 4 —'- �i Ii , I I� ���*-r, - !' '`y?�r ' I, % . r, T:�.� °-, )Y � � rY ` �'�� � � _ -_... � �c� � ^ f71 `; �.i_. � l!! I i p _ . . a � � 'li,i � �i',, s Yr�� ' ,1 ' � �'�!ti � r Y �N�'i r , -� ' -� �� . `� i `�'�' 1h�� � � r i � `�+ -F— .� , ! / '\ �, � � �' ;��!fL�C-�,�' � V f , Z�T' � t'� �` II dV� ` �14 �pF.. I r � i� ���}f' ' ����-�� � ��` .�\� ``y�.� I � ' .... . � � � ��� I �I � � - � ��C�44� ti ��� . --- }���I J i ib � v � s0 1., �1�' ,�_: � ,_� . �3' �- i i,� = � _ °� i p�� � � 1, �"_� _ — _ � ¢� �J ,� _ �_ � ;t � � � p���� '_ rr�� � �'" � ''�I-� `�"y � � ' -��� i'✓ , � � � � �,.,�,'+ �" � �� -_� �'.�,°�,;ry-��`�-� � � ��- ` rx! _ � , ����,-I--'���, ��� � '� � � � �� � l . �,r�, � � ,�I `r���'�_�. ra�pl' � '�� 'i+d � ]-..' D --�-,� �u ���7 '�il��� � r '-7r�',� �-y� V 7 I� . i � Y i�� I @l 8 � T_� LT" I I �� �� � (, � � r „ � � ` E ��" ._�L-hy� � �� � ...L i ( ��� �; � r I ��l ������ ���N����� - � � ���.11 : ,�� ��i.�-� � '��� \1 ' �f� � . � �L r �� �� -�-'- - �'T'� 1 - I a.� I \;� T'r`� .i �- -i r -�.- ' � " _ F. �J I � i � ""'_"_______"'_'_"""' Ordinance No. 6513 Franchise Agreement No. 13-28 June 9, 2014 Page 16 of 19 Exhibit B Grantee Facilities Leased and owned telecommunication and communication conduit and fiber facilities within the Right of Ways. As of the date of this Ordinance ELI does not own facilities but may at a future date install ELI owned facilities at and pursuant to the lawful permitting process of the City. Ordinance No. 6513 Franchise Agreement No. 13 -28 June 9, 2014 Page 17 of 19 ACT.A Page 30 of 130 Exhibit C Grantee Services Telecommunications and communication services. Ordinance No. 6513 Franchise Agreement No. 13 -28 June 9, 2014 Page 18 of 19 ACT.A Page 31 of 130 EXHIBIT "D" STATEMENT OF ACCEPTANCE Electric Lightwave, LLC. ( ELI), for itself, its successors and assigns, hereby accepts and agrees to be bound by all lawful terms, conditions and provisions of the Franchise attached hereto and incorporated herein by this reference. Electric Lightwave LLC ( ELI) By: Date: Name: Title: STATE OF ) )ss. COUNTY OF ) On this day of 2014, before me the undersigned, a Notary Public in and for the State of , duly commissioned and sworn, personally appeared, of , the company that executed the within and foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said company, for the uses and purposes therein mentioned, and on oath stated that he /she is authorized to execute said instrument. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal on the date hereinabove set forth. Signature NOTARY PUBLIC in and for the State of , residing at MY COMMISSION EXPIRES: Ordinance No. 6513 Franchise Agreement No. 13 -28 June 9, 2014 Page 19 of 19 ACT.A Page 32 of 130 ,IIY01: 'A U, B UR . N VVAS1II N61CI Agenda Subject: Right -of -Way Use Permit No. 14 -28 Department: Public Works Attachments: 72-71TAPUMIMUM Festival Map Fun Run Map Administrative Recommendation: AGENDA BILL APPROVAL FORM Date: July 16, 2014 Budget Impact: $0 Public Works Committee approve Right -of -Way Use Permit No. 14 -28 for Auburn Days Festival and Fun Run. Background Summary: Right -of -Way Use permit 14 -28 is a request from Auburn Days (formerly Auburn Good OI' Days) to use certain streets for their annual Auburn Days Festival from 9:00 am, August 8th through 8:00 pm, August 10, 2014. See the attached map for details. This festival includes the 5K Fun Run (see attached course map). The Fun Run will be held on August 9th from 7:00 pm to 9:00 pm. There will be approximately 200 people running between the hours of 7:00 pm and 8:00 pm. The running lane will be coned off and /or marked with arrows in addition to signs saying "Race in progress, watch for runners ". The traffic control plan is attached and has been reviewed by Transportation Staff. Reviewed by Council Committees: Public Works Councilmember: Osborne Staff: Mund Meeting Date: July 21, 2014 Item r: ACT.B ACT.B AUBURN * MORE THAN YOU IMAGINED Page 33 of 130 RIGHT OF WAY USE PERMIT #14 -28 AUBURN DAYS (formerly Auburn Good OI' Days) FESTIVAL AND FUN RUN AUGUST 8 -10, 2014 CONDITIONS 1. Applicant shall provide a Certificate of Insurance with an additional insured endorsement naming the City as an additional insured throughout the duration of the permit. 2. Applicant shall provide a signed and notarized Hold Harmless agreement. 3. Applicant shall remove all litter, trash and debris from the event and keep the public ROW free of litter and drink or food waste upon expiration of this perm it. 4. Applicant shall not use paint or use other permanent markings to mark or delineate spaces for booths, vendors, displays or otherwise mark the ROW, pavement, sidewalks, parking lots or hard surface with anything that is not removed by the applicant upon expiration of this permit. 5. Applicant shall not disturb fencing or otherwise use outdoor seating area within the fenced portion of the B Street Plaza, which is permitted under ROW #12 -21 for the Home Plate Pub outdoor seating area. The attached map for ROW #12 -21 shall be part of and a condition of this permit. 6. The City reserves the right to adjust the terms and conditions or revoke this Right -of -Way Use Permit pending the following considerations: a. Public complaints involving perceived issues impacting public use of the ROW affected by the permit. b. Public comment or other community interest concerns. c. Any emerging issue or change in use of the ROW that may impact the public interest, as follows: • The remaining capacity of the rights -of -way to accommodate other uses if the applicant's proposed use is granted. • The effect, if any, on public health, safety, and welfare if the authorization is granted. • Such other factors as may demonstrate that the grant to use the rights -of -way will serve the community interest. RIGHT OF WAY USE PERMIT #14 -28 STREET CLOSURES AND TRAFFIC CONTROL Right -of -Way Use Permit #14 -28 is a request from the Auburn Days to use the following streets for their annual Auburn Days Festival from 7:00 am, August 8th through 8:00 pm, August 10, 2014. Fun Run This festival includes the 5 K Fun Run (see attached course map). The Fun Run will be held on August 8th from 7:00 pm to 9:00 pm. There will be approximately 200 people running between the hours of 7:00 pm and 8:00 pm. ACT.B Page 34 of 130 The running lane will be coned off and /or marked with arrows in addition to signs saying "Race in progress, watch for runners ". 2. Auburn Days will coordinate, provide for and secure representatives /volunteers to be posted at the intersections of; F St SE and 5t" St SE, 6t" St SE, 7t" St SE, 8t" St SE and 9t" St SE to keep runners in the coned area, in addition to other locations as indicated on the attached course map. 3. Auburn Days will coordinate, provide for and secure police presence at locations as indicated on the attached course map. Festival street closures are as follows (see attached detour map) Closure starting at Noon on Friday, August 8th until 8:00 pm Sunday, August 10th: a. North /South Division Street from 1 st Street NE /NW to 1 st Street SE /SW (Intersection of Division and Main St to remain open for east /west traffic on Main Street until 6 pm. See closure below.) 2. Closures starting at 6:00 pm on Friday, August 8th until 8:00 pm Sunday, August 10th: b. East/West Main Street from A Street NW /SW to Auburn Way (vendor access only) C. Auburn Ave /A Street SE from 1St Street NE to mid -block south of East Main Street, just north of the entrance into the Rainbow Cafe /Safeway parkint lot. d. B Street NE from East Main Street to 1St Street NE e. B Street SE (Plaza) from East Main Street to Safeway parking lot f. Alley north of East Main Street and South of 1St Street NE between Auburn Ave and Auburn Way North 3. Parade Closure from 9:00 am until 3:00 pm on Saturday, August 10th: g. East Main Street from Auburn Way to M Street SE h. Side streets intersecting the parade route including L St. SE /NE, K St. SE /NE, J St. SE /NE, I St. SE /NE, H St. SE /NE, G St. SE /NE, F St. SE /NE, E St. SE /NE and D St. SE /NE will be temporarily closed to general traffic during the parade. i. A St NW /SW from 1St St NE to mid -block south of West Main Street Just north of the entrance to the Sunbreak Cafe and the Sound Transit Kiss and Ride Parking lot will be temporarily closed to general traffic during the parade. 4. D St. SE /NE will remain accessible to the Police Department for ingress and egress during the parade. ACT.B Page 35 of 130 , - y� —_- I � o. - P' bi� Q�� � 3� . �-:- ��� �' - —_ � jJ�-— �PJ �� — z �- _ _ I c «� STItSMN jT - -- ��E $THSTNE 5THSTAE iu� - — � � / : — P�A�NE_- I . I WI �� � � / ! — r--"l - ' )� �� � �� /���, � -TAKRAbGNE__�� Q�� ��� � ��146il1� � � � � i � > / — � � j �� m� �� , .. � � C , II L O � � � �� � � � � _ �, J� _._� _-- — �� I�� "� �' __.—, ---- -. __ ___—_--.- �. � �' .'/ � 1 `� � � — --- --- � , - — - - �� _.._ — / I�I � i , �__ -- -- ---- -- �I r — . —— --- � �' � , --- 1 � � -- I � , ;. , � OI I.� I _ I I � . y�I __ ,. i. IYI Z nf 2 l� ' - _ I� • -:: N .•• � . _ -'liB$iNE ' io � _��.� -- ;�_� � -- -- - - � l� �. � I�;l _os-�=_ -_ - - ----- _ = o � �-�, •��'s z ,. �YHD4T NE - . -3liB 9FN� - n � I I > o _ 6I �Ay { 9 NE NI . fi.l. u. O �O � �T � I NI � ._HV051�M _2NRSFNW I _.pl �ZI d'b� �� � � �I I� 2N'JSTNE I -2kQSTN� _. II �'I � II �- - -2PQSTN^_ _ .. _ � � �21N'SFRW � • .1PQSTNR- I �T'�5 � , , i i �'._ ... ___ , � � � � � � � r ...i. . �... �� ���� ._ .-.-. �.__ . I� � / ' - =I __ _ _ I �� � ��3 �o � . � � 1-.- -4- � aloe � e _., I I - t9iStNF r3 �I _.. -.——.. -- _ xr ,,, vma � . � � I ��' � � � �I �� ,� � - � �_ �- �_- � . _ �i . ' � 0 �I — = � .on . , � — — -- �— � � . � , _ _ _ _ � _ n�o �, � � _{ — � !i _ :� � � . JcT=A .�� I -.C3D �� pl`Y � � . _. .__ � wl 3�� f4 IZ I �I _ I �` � cAi41N$i -�MAINST- y � � WAWNSr _ -WMAiNS! i_ .. �I � I ���- _- � �— -_ �n/---- - _�i.- - N .-- __ _ "__- -... -- _.-- _ , _ - _ � � � ' - � -- - . -_- ---- i - - ����� ���� _ _ ' Y� � � z.(A �' � �t��II ��I �_ �I I I��I ia Y ml ` I . � oE.Om �'� ,�LJ , . I �i w o � i I � -r6r3i5E_._.� N I I � i W � N I I II I __ �. � � ' ��i5F9F51y ~ � I I �' , Y � II� 'm � wl . NI �I1 a � - 1STSTStlV � � � '� . am�i ��� � � �� � ��� � � � I a ,�.. C� ,.: \ ; I iHN19f�H09tN � � I III W �' � r I, e � � . o�r��x sr_� . . .. � r � �-�„_�, � _ .� � mosr " 0 , . : _ - - � I_ y pp���I �I i I o � a� � I I «YOO I ` a x �..�� I� '." � . I I � I_-.--- 3laQSrS� �__ I � � � � I � � � .. � xaao � � � � � M � � I 60SID I� �_ I ' � ��l NI�-�pp91$E � � T� r —, r_ �..�.. _ j �. II I O J I . ' I, PHFPD I � I� , �ZP06TSE � 1 r � �.- lo ��� - J •_ _ . _ _ — - - � � - - �, f � � �� � � - I � il I i `� Iy I � _f ��I ni � I II I � �II � ,�I �rsosrsw:� - '���� rq'�ryy�� . o�aw ... � �I w.. � �- areos se _°mr _ -srrosrs��. . _ I3 �I ( _ _.aoy,W q � xoa � �v 'd � �� � ,s - �� �-cvT � I � � �ii`� I? �6 K �.. . _ �r i w ."� m ' '. I _ -' _— - �' f I ' �' c _- � � .°. � � I ,' ,/% � �` —�� �� � � I, '� ' � i , < r �� - - _ � _ � �� � � �, � � � ��3 w�� i � - �I — -- — — — �'/ �� � � � � — - '— ' I � l. ,� , �� � � — - — _ - — — - -- — --- — - � �,� i � ` _ I � , , , na _ QI � n � _ L � � , � , � �� I� �� � ��� _ � �� —sR '�...__ -�� �� �� � � �`� �� I� "�i � �' - - -- -- � � � '�� �� -- — < __—�aa-�-- �e ; I o I o�-oua �q�o Detour and Road Closure 5igns Auburn Days Festival � � oeto�� Ro�re «��� Right of Way Use Permit #14-28 �� � Closed Streets Signage to be installed only on Friday Thru Sunday �� Only Closed on Saturday 9 am to 3 pm Saturday from 9 am to 3 pm � Emergency Access /�U ust 8-10 2014 �� � Potice to direct traffic during parade � � Map Not to Scale / I � _ -__ PafiKAVFNE � ( �I � (zu� � p R�PVENE " _ �2�� ���I W y � Ci � I �I �'. � ' .� _ - _ �. z � .__ '_. • - -dTH ST NE _ � �� � �� . -.-4T�15YNE � _----- _ a C � I � i __ w aiHSrNE I —-. �.- _4TN 9T NE _. �u,,,. � I �.',. I ___ .__ . N� $ i I k F2 . O I �___ ._--_ _9R69TNE_ -' d � �� � -_--]ROSTHE-� __ _ JROSTNE _ AUburn I I, �I - - -- �i -- --� yl�.,,- ,, I . , �i i�� �'g� ��nl zrinsrN y F �I I 2�, y� 2Nn3i�JE � I D o' r � 2I - � -?NDSTNE �„JC�OOI �. ' 2 2NO ST NE �-2NPSTNE__- _.. - - � . �' I . w � � � , II � .I. I , ,,. , I `-iSTSTN — I II--.—� - i5T5TNE- -- --__— i�l li - W � Iy 1 � C�I ZI �I NI� � ��p ; Fini h q� 7.� �:� �I �` �i Jµ .— EMa��S, _ I �2 C�GC 111 � �EMPIN-5 Y'I EMNINST ��I -_. � �� � - - : - _ � ` � Mn��s i r � —EMaNSr -_ _ a� I I NI f — � N Y . �, , � . � -55T9T5. C T '� ,,,y �I l�__— I I. I C N -� � M A � N � � N I� N `�'� I � �I � !� I � �� � i �� � � � �,�, '��'� � �- _,� � —.-' �..-�ruosrs�� . . ,..—.— -- -..—'__ . ._ - � _... . ..._zNOSree il i , � ._�rvosrree- - " , .-- i � rsF—_� _ ..— I � I i i �' I, I I � I � I�i � �� ,L� � ' sko�srse o y J� I� `� wl '� �' �.. i.� I��I� " m '�� �I� I !,� II m m ,, 'i I� iI II I I \, . I I�I'., _ � I I aYHSrse � --- I �nBfsE �� I a —_, � � �45`H$T$E 41HtiI�L. 4TH�T9E �— ,� l� �-. ¢ - — ' _ _ '- -- m � ( W' � w 1 � Y' i ��m ,,,,,., G L � %I I¢I��,,. II �N I- - — j I '. . . ' _ _. _— _ " __- _ � - _ .FAfi1P - � - - .--._ - - SF 18 �� � - S�qtB"'_ . - . _ - .___ - -_ . _ __--p_. _ �iTHS`FSE=- ---.ppMP- -- - 5iH5T5E-- - -. _- - - -5f119TSE _ —__ I - wNl r� I � - . W Ix I� 3 N � T A Pv�q . N .� �,-_6TH$T$E q � x � � i ,. � '^ _. . 6TH ST SE � — 6TH STSE — _ �_ 6TR STSE � .—�� +!.. G _ _ — -- -- — I ��� �� l v�SE I .- ' _ �,�� �i i� �II � ye � �I Iml qi a � I �• � �� I I � LPLSE � � G �. � �FSTS� �-�TM$l� � G I �� 4\ � � �THSTSE � -_ ]THSTSE _ -1i �, � � '. Tt� ' I �� � _ IO L"i �.. '^I � I - 75�— �� ��� �`i� m� �. �\\ \ �' � I� �I I �� �-��- IITHSTSE _ - �9THSTSE� 4 \ ��; ' � _ � _— _ � / � � ���`� �� � �� Les Gove � � Iw I BYH Sr SE � � o � � �R�k���" 1�� - - �� Park � " I i I �` � � ,, �rH srse `�nrsrs� � � AUBOFN WAY S � . __ _ _ _ __ _ � �� I � i ;� ... "c��. I se�sm+srse � �il � /� �i . .l.q�h9 � qiHSi_l r_'— �s. � � � It �j �� �, �;;, � � i � � � ' . �iomsrse . ���� w �irHSlse_. ._1 `yprHSrsE � I� I i 'i� V�� > � \ � N �� I ry�i �TH PL SP� � .. a w F �' N � I VI � p W �i � � I w �°��;� p ��iirHS'rse , I.iiTMSrse ��. � e���y}.. I s . _ � Fun Run Route n n Auburn Days Fu Ru � Auburn Days Volunteer I Right of Way Use Permit #14-28 ! Friday, August 8, 2014 � po�ice to direct tra�ic 7 pm — 9 f''m Map Not to Scale I 1_ ._—_---_ —— .-- _ __"---._— __"._ --_ _—_ -- --- — - East Main Street ' _ � � , , . � � , � HOME � PLATE PUB _ � 5 N j 144 E Main Street ,�- � �;��I % zs.o � �; I -���� ��� � �i I I --� 8.5 � � i�� I ., /-�;,� � I �� V v � � � i � o�a»o-.q um m sra� — _ Home Plate Pub c�n'oe Sidewalk Cafe/Outdoor Seating Area Stf2et Llght AT T�T 'l'n �7 Right-of-Way Use Permit#12-21 for 5-Year Term ArtlPBfkS Slgfl L/ V itlV 380 sq ft(+/-)Within fenced area wASH[.'JGION Dimensions and fencing location is approximate. Final location to be feld = - Gate O� DOOf veri£ed by Traffic Engineer. � Proposed Fenced Area ,IIYO1: 'A U, B UR . N VVAS1IIN61CIN' Agenda Subject: Right -of -Way Use Permit No. 14 -29 Department: Public Works Attachments: 72-71TAPUMIMUM Administrative Recommendation: AGENDA BILL APPROVAL FORM Date: July 16, 2014 Budget Impact: $0 Public Works Committee approve Right -of -Way Use Permit No. 14 -29 for Auburn Noon Lions Club and the Auburn Downtown Association. Background Summary: Right -of -Way Use permit 14 -29 is a request from the Auburn Noon Lions Club and the Auburn Downtown Association to use North Division Street between Main Street and 1st Street NE /NW to operate a beer garden and food stand during the Auburn Days Festival. This street will be closed starting at 6:00 pm on August 8th through 8:00 pm, August 10, 2014. See the attached map and conditions for details. Reviewed by Council Committees: Public Works Councilmember: Osborne Staff: Mund Meeting Date: July 21, 2014 Item r: ACT.0 ACT.0 AUBURN * MORE THAN YOU IMAGINED Page 39 of 130 Right -of -Way Use Permit Special Conditions for ROW Use Permit 14 -29 Staff recommends approval of the permit, subject to the following conditions: 1. Applicant's failure to comply with any provisions /conditions of this permit shall be terms for immediate termination. 2. Applicant shall maintain current insurance including Liquor Liability Endorsements naming the City as an additional insured throughout the life of the permit and provide the City with proof that they are insured. 3. Applicant shall provide a signed and notarized Hold Harmless agreement. 4. Applicant shall comply with the City's nuisance code under ACC 8.12. 5. Applicant shall keep the public ROW free of litter and drink or food waste. 6. The City reserves the right to adjust the terms and conditions or revoke this Right -of -Way Use Permit pending the following considerations: a. Public complaints involving perceived issues impacting public use of the ROW affected by the permit. b. Public comment or other community interest concerns. c. Any emerging issue or change in use of the ROW that may impact the public interest, as follows: i. The remaining capacity of the rights -of -way to accommodate other uses if the applicant's proposed use is granted. ii. The effect, if any, on public health, safety, and welfare if the authorization is granted. iii. Such other factors as may demonstrate that the grant to use the rights -of -way will serve the community interest. 7. Road Closure of North Division Street between Main Street and 1St Street NW /NE at Noon on August 8, 2014 through 8 pm on August 10 2014. a. City of Auburn Streets Division will provide, set up and take down of road closure signage and advanced notification of "No Parking" signage on closed street. "No Parking" shall be in effect all day to avoid having to tow any vehicles. This closure will be done at part of the Auburn Days Festival. 8. Applicant shall return the right -of -way to the same condition they found it, and shall remove any garbage or equipment they bring in. ACT.0 Page 40 of 130 Division E--t- I Main Street Auburn Downtown Association Auburn Lions Club B e E E TA8LE N C City F��I B C H B E H E 7AELf E N E 5 8 Music N C' S C H TABLE H E 7A8EE E S s Table Table Table 7 T A A B B L L £ E Enters 75 Feel Exl[ T T T F A A A A B B B B L E E E E BEER Beer Garden serving ML Tables E E E E E BBQ L M HB a c one Main BENCH 36 Feet I st Street ion Street i at Street ACT.0 Page 41 of 130 ,IIYO1: 'A U, B UR . N VVAS1IIN 6.ICI Agenda Subject: Public Works Project No. CP1104 Department: Public Works Attachments: MEMMUERROM Bid Tab Summary Vicinity Ma Administrative Recommendation: AGENDA BILL APPROVAL FORM Date: July 15, 2014 Budget Impact: $0 Public Works Committee recommend City Council award Contract No. 14 -09 to Valley Electric Company of Mount Vernon on their low bid of $258,189.23 for Project No. CP1104, 8th St NE and 104th Ave SE Intersection Improvements. Background Summary: This project includes the design and construction of the following safety improvements at the intersection of 8th Street NE and 104th Avenue SE: 1. Replaces the existing left turn signal head from 8th Street to northbound 104th Ave with a flashing yellow signal head. 2. Replaces the existing traffic signal cabinet and components with new signal cabinet and components to accommodate the new flashing yellow signal and battery backup system. 3. Replaces vehicle detector loops on all four legs of the intersection. 4. Replaces the existing pedestrian signal heads and pushbuttons with countdown type heads and audible style pushbuttons. 5. Replaces the existing substandard curb ramps with at -grade pedestrian crossings. Project construction is anticipated to begin July 2014 and be completed by September 2014. A project increase of $20,000.00 within the 102 Unrestricted Fund will be necessary, however it will not require a budget adjustment since it is anticipated that the budgeted expenditures in the 102 Unrestricted Fund will not be exceeded this year. This adjustment is reflected in the attached budget status sheet. Reviewed by Council Committees: ACT.D AUBURN * MORE THAN YOU IMAGINED Page 42 of 130 Public Works Councilmember: Osborne Meeting Date: July 21, 2014 Staff: Larson Item r: ACT.D ACT.D AUBURN * MORE THAN YOU IMAGINED Page 43 of 130 BUDGET STATUS SHEET Project No: CP1104 Project Title: 8th St NE & 104th Ave SE Intersection Improvements Project Manager: Matthew Larson O Project Update Initiation Date: 11/15/2010 O Permision to Advertise Date: July 11, 2014 Advertisement Date: 06/05/2014 * Contract Award Award Date: O Change Order Approval O Contract Final Acceptance The "Future Years" column indicates the projected amount to be requested in future budgets. Funds Budgeted (Funds Available) Funding Prior Years 2013 (Actual) 2014 Future Years Total 102 Fund (Traffic Impact Fees) 11,208 26,974 32,229 0 11,208 102 Fund (Unrestricted Street Revenue) 11,640 13,410 168,400 0 168,400 REET 2 0 0 119,000 0 119,000 102 Fund - Federal Grant 432 40,384 59,184 0 100,000 Total 11,640 40,384 346,584 0 398,608 Estimated Cost (Funds Needed) Activity Prior Years 2013 (Actual) 2014 Future Years Total Design Engineering - City Costs 11,640 26,974 32,229 0 70,843 Design Engineering - Consultant Costs 11,640 13,410 166 0 13,576 Design - State Review 0 0 1,000 0 1,000 Construction - Contract Bid 0 0 258,189 0 258,189 Project Contingency 26,000 26,000 Construction Engineering - City Costs 29,000 29,000 Total 11,640 1 40,3841 346,584 1 0 1 398,608 I UL Anerlal Prior Years 1 2013 (Actual) Jireei buagei Jiaius 1 2014 1 Future Years Total *102 Funds Budgeted () (11,640) (40,384) (346,584) 0 (398,608) 102 Funds Needed 11,640 40,384 346,584 0 398,608 *102 Fund Project Contingency( 0 0 0 0 0 102 Funds Required 0 0 0 0 0 * ( # ) in the Budget Status Sections indicates Money the City has available. H: \PROJ \CP1104 -8th Street NE U -Turn Imp \Budget \Budget Status Sheets \BudgetStatusSheet 8th 104th.xls 1 of 1 ACT.D Page 44 of 130 BID TABULATION BID TOTALS SUMMARY D Poject Name: CP1104, 8th Street NE & 104th Avenue SE Intersection Improvements, Contract 14 -09 IDepared by: City of Auburn Bid Date: 6/26/14 ENGINEER'S ESTIMATE: $ 245,765.00 AVERAGE BASIC BID AMOUNT: $ 300,141.25 BASIC BID SPREAD AMOUNT: $ 74,372.30 Basic BID Amount Spread $ Spread % LOW BIDDER: Valley Electric Company of Mount Vernon $ 258,189.23 $12,424.23 5.06% Second Bidder: RW Scott Construction $ 309,673.00 $63,908.00 26.00% Valley Electric Company of Mount Vernon Transportation Systems, Inc RW Scott Construction Neppel Electrical & Controls, LLC v c� CD Cn 7/1/2014 (9:59 AM) W h: \proj \bidtabs \CP110 -4 BT.xls 0 Basic BID (Tax not Applicable) $ 258,189.23 Non - Responsive $ 309,673.00 $ 332,561.53 1 ST NE 17th e�e� NE w 16th ST NE a H 9TH ST NE 16th � O h i&--I w DRIVE a 8th ST NE0. 04 z 4 oN 1 14th ST NE SE z BROWN E 7th ST N 13TH PARK fj 12th ST NE ST E p a z z 11 tlzi U) NE Ul m a FULMER 6th ST U) ST NE FIELD w V) g� SE 31 33 PROJECT LOCATION SE 318 PL \I E 319TH �4 w � � w z a H 9TH ST NE � O Q SE a 8th ST NE0. 04 oN 1 COO LIE SE z BROWN 7th ST N PARK a z PL E �y FULMER 6th ST FIELD th ST NE 5th ST NE 5th ST NE Z w Z w a s Z F4 w 4th ST NE Z Z NE 3rd NEP4 b RN E' 3rd ST NE U) U) 2nd NE �� E- w H � U) 2nd Sr w NE 1St NE x, 1st ST E- NE A OL -, 1st ST NE Z a R PL U PL w S E � MAIN a ST 1st T ' 4 U) 1st ST SE E � 2nd ST SL�' CO U� w SE w w 2nd ST SE � E� �' U� Z o co CO SE m 3rd ST SE E- 3r E 4th ,, ST SE 33 PROJECT LOCATION SE 318 PL \I E 319TH SE L PL CITY OF VICINITY MAP AUBUR N CP1104, 8TH ST NE /104TH AVE SE N WASHINGTON INTERSECTION IMPROVEMENTS NOT TO SCALE ACT.D Page 46 of 130 w � � w a 323rd � O Q SE a SE 325th oN 1 SE SE L PL CITY OF VICINITY MAP AUBUR N CP1104, 8TH ST NE /104TH AVE SE N WASHINGTON INTERSECTION IMPROVEMENTS NOT TO SCALE ACT.D Page 46 of 130 ,IIYO1: 'A U, B UR . N VVAS1IIN61CIN' AGENDA BILL APPROVAL FORM Administrative Recommendation: Public Works Committee Recommend City Council Approve Final Pay Estimate No.3 to Contract No. 13 -15 in the Amount of $3,978.39 and Accept Construction of Project No. CP1222, Citywide Traffic Signal Safety Improvements. Background Summary: The Citywide Traffic Signal Safety Improvements project provided a variety of safety improvements at the following intersections: - Auburn Way N & 4th Street NE - Auburn Way N &1st Street NE - Auburn Way & E Main St - Auburn Way S & 2nd Street SE - Auburn Way S & 4th Street SE - Auburn Ave NE & 1st Street NE - A Street SE & 2nd Street SE - A Street SE & 3rd Street SE /Cross Street SE - A Street SE & 6th Street SE - A Street SE & 17th Street SE - A Street SE & 29th Street SE - C Street SW & 8th Street SW - C Street SW & 15 St SW The safety improvements included: flashing yellow arrow left turn operations, auxiliary signal heads, vehicle detection systems, signal head backplates with yellow reflective yellow tape, and new LED signal head lamps. A project budget contingency of $49,123.00 remains in the 102 Fund. ACT.E AUBURN * MORE THAN YOU IMAGINED Page 47 of 130 Reviewed by Council Committees: Public Works Councilmember: Osborne Meeting Date: July 21, 2014 Staff: Larson Item r: ACT.E ACT.E AUBURN * MORE THAN YOU IMAGINED Page 48 of 130 BUDGET STATUS SHEET Project No: CP1222 Project Title: Citywide Traffic Signal Safety Improvements Project Manager: Matthew Larson O Project Initiation Initiation Date: 9/25/2012 O Permission to Advertise Date: July 11, 2104 Advertisement Date: 10/29/2013 O Project Update Award Date: 12/2/2013 O Change Order Approval no Contract Final Acceptance Funds Budgeted (Funds Available) Funding 2012 (actual) 2013 (actual) 2014 Total 102 Fund - Unrestricted 102 Fund - Federal Grant 1,916 0 9,316 31,624 70,684 368,376 81,916 400,000 Total 1,916 40,940 439,060 481,916 Estimated Cost (Funds Needed) Activity 2012 (actual) 2013 (actual) 2014 Total Design Engineering - City Costs 1,916 39,314 0 41,230 Construction Contract Bid 1,9161 40,940 351,662 351,662 Change Orders 0 0 20,569 20,569 Line Item Changes 0 0 i I, i Construction Engineering - City Costs 1,627 35,000 36,627 Total 1 1,9161 40,940 1 389,937 432,793 102 Arterial Street Budget Status * ( # ) in the Budget Status Sections indicates Money the City has available. H: \PROJ \CP1222- Citywide Traffic Signal Safety Imp \Budget \CP1222 BudgetStatusSheet.xls 1 of 1 ACT.E Page 49 of 130 2012 (actual) 1 2013 (actual) 1 2014 1 Total *102 Funds Budgeted () (1,916) (40,940) (439,060) (481,916) 102 Funds Needed 1,9161 40,940 1 389,937 1 432,793 *102 Fund Project Contingency () 0 0 1 (49,123) (49,123) 102 Funds Required 0 0 1 0 1 0 * ( # ) in the Budget Status Sections indicates Money the City has available. H: \PROJ \CP1222- Citywide Traffic Signal Safety Imp \Budget \CP1222 BudgetStatusSheet.xls 1 of 1 ACT.E Page 49 of 130 CITY OF AUBURN CP1222 C) PAY ESTIMATE #3 & FINAL CO. NO. 13 -15 Citywide Traffic Signal Safety Improvements SCHEDULE A: Street Improvements SCHEDULE SUBTOTAL $ (D c Period Dates CD Cn Begin: May 21, 2014 O End: June 01, 2014 O h W O 3,978.39 h.\projlpe1CP1222.xls 1 of 3 7/10/2014 at 9:38 AM M ` O. ITEM DESCRIPTION ESTIMATE QUANTITY TOTAL QUANTITY PERIOD QUANTITY UNIT TYPE I UNIT COST TOTAL COST PERIOD COST PERCENT EST. QTY. 1 One Year Warranty Bond (not FHWA eligilhle) _ 1 1 1 LS 2,000.00 $ 2,000.00 $ 2,000.00 100% 2 SPCC Plan 1 1 LS 1,350.00: $ 1,350.00 $ - 100% 3 Mobilization 1 1 LS 30,000.00 $ 30,000.00 $ - � 100% 4 Traffic Control Labor 500 174 HR 50.00 $ 8,700.00 $ - 35% 5 Outside Agency Uniformed Police_ Flact,. in Labor 1 0. 528364 0.24654' Est. 2,500.00 $ 1,320.91 $ 616.35 53% 6 Se uential Arrow Sin 45 46 Day 25.00 $ 1,150.00 $ - 102% 7 Traffic Control Supervisor _..— 1 1 LS 17,750.00 $ 17,750.00 $ - 100% 8 Roadside Restoration 1 0 Est. 1,000.00 $ - $ - 0% 9 Remove Si nal Head 14 14 EA 424.00 $ 5,936.00 $ - 100% 10 Remove Traffic Video Detection Camera 8 8 EA 74.00 $ 592.00 $ - 100% 11 Remove and Reset Signal Head 8 9 EA 1,160.00 $ 10,440.00 $ - 113% 12 Remove and Reset Video Detection Camera 1 1 EA 1,155.00 $ 1,155.00 $ - 100% 13 Replace & Recycle Signal _Head Modules 257 257 EA 140.00 $ 35,980.00 $ - 100% 14 Replace Signal Controller Cabinet 2 2 EA 30,500.00 $ 61,000.00 $ - 100% 15 Traffic Signal Revision Signa e 1 1 LS 4,625.00 $ 4,625.00 $ - 100% 16 Back late Tape 12 121 EA 188.00 $ 2,256.00 $ - 100% 17 Louvered Backplate 70 701 EA 156.00 $ 10,920.00 $ - 100% 18 Traffic Video Detection Camera 13 13 EA 6,435.00 ; $ 83,655.00 $ - 100% 19 Wide Angle Traffic Video Detection Camera 1 1 EA 4,367.00 $ 4,367.00 $ - 100% 20 Signal Pole Terminal Cabinet 3 3 EA 998.00 $ 2,994.00 $ - 100% 21 Signal Head with Mount 39 39 EA 1,440.00 $ 56,160.00 $ - 100% 22 Signal Controller and Smart Monitor 1 1 EA 7,615.00 $ 7,615.00 $ - 100% 23 Remove Traffic Sign 17 17 EA 37.00 $ 629.00 $ - 100% 24 Traffic Sign 1 { 1 1 EA 625.00 $ 625.00 $ 625.00 100% CO -1 Remove Signal Head -Add 1 Bid Item #9 $ - $ - CO -1 Remove & Reset Signal Head -Add (4) Bid Item $ CO -1 Replace & Recycle Signal_ Head_ Modules_ Add_ 39 $ - CO -1 Back late Plate Add 1 Bid Item#16 $ - CO -1 Louvered Back late Plate Add (I Bid Item #17 $ - CO -1 Signal Head with Mount Add (5) Bid Item #21 $ - CO -1 -1 Additional Signa [re S - 100% 00.2 -1 Z St SVV & 15th St SVV Aerial on u or $ - 100% CO -3 I Bid em #20: Delete 2 Signal Pole Terminal Cabin 2 U $ C0-3 -1 I ignall O e ermina a €net $ 737.04 100% SCHEDULE SUBTOTAL $ (D c Period Dates CD Cn Begin: May 21, 2014 O End: June 01, 2014 O h W O 3,978.39 h.\projlpe1CP1222.xls 1 of 3 7/10/2014 at 9:38 AM CO. NO. 13 -15 CITY OF AUBURN CP1222, Citywide Traffic Signal Safety Improvements D Citywide Traffic Signal Safety Improvements PROJECT SUMMARY CO. NO. 13 -15 C) --i PAY ESTIMATE #3 & FINAL M SCHEDULE A: Street Improvements Contract $ No Tax Applicable Warranty Bond SCHEDULE TOTAL $ v c� CD v, O h W O TOTAL CONTRACT AMOUNT TO DATE TOTAL PAYMENT TO CONTRACTOR PAYMENT DUE CONTRACTOR: h:lprojlpelCP 1222.xls Original Contract Amount 351,662.00 $ 351,662.00 $ Contract Change Orders Total Payment This Period 20,569.04 $ 354,936.96 $ 3,978.39 20,569.04 $ 354,936.96 $ 3,978.39 Period Dates Begin: May 21, 2014 End: June 01, 2014 2of3 $ 354,936.96 $ 354,936.96 $ 3,978.39 $ 3,978.39 Percent/Contract 95% 711012014 at 9:38 AM D n M v c� CD N O h W 0 CITY F AUBURN. OPI-222 PAY2ESTlCli ATG .3 s. FINAL CONTRACTOR: Valley E-J:octric of. M-1. Vernon. 1.100 Merril Creek Parkway Ev fett, VVA Phone.: 425 - 407 -0832 The undersigned has reviewed. Ord apprmred, this ffnaf payestiinat'e: I agree that it is, a. true and correct statement shaving .all monies due me fi` m the•City•of Auburn tinder f 1iS ccttiraot that[ have.car�afufly examined -tile final pay estimate estimate and Understand it and that I hereby release, the City ofArr6urn fraM arty ;and alt cfairns of wflatsdever nature.whi�h I may. Nave, arisirrg.ou #'af llls eantract 7wh�ch aroxiot setfoft.h- in this estimate: PAYMENT IDUE TO d TPA TOR.= 3fv0q Signafit�res; Contractor jc r f'rojECt Manager ;. =: �.,•. ,- 4,. -City engineer hlpro�lp e1C P i 222: xi s: 3 afa _ mate a Date .7 Date: TV?Q14 at-9.3.9 AM Citywide Traffic Signal Safety Improvements ... 8 y ° e e •.o � �. '.,..�.' I`�. ..k.',._� F? ., �r i� � �..n.. �e.,rc �� H„n� mn�. ^ , .n„�., ' "' . E ,.p .n.-.rr . ' n._ ur f �-n( . . � .R�fuu�i a „ .,J ..0,» F�..., a i. .. _ .. m r„ �`a ,,. � .. .�r.rni - ..n. � �- ji Y vn. .. ,iv ,nu . e.�..fi� s . � i �winw. �:O' .. i ..n� ' � ` �i �f � � ' �h-.W r 0 ou.;M O /_ 4.-u. . Y Y:°i ���ML � . p A V/ .� x ..,... �. a t,..�a r � � .. ` �.. . ' . ,. . .:• P ? . rAr�K • t � � b ' � . . h � b ) O{ y w ; �J E N � �.:.,O .i .. . Y u !' k i0.1 �iy(-i^tl,»;r ! . �ey' ^et ... .. .�� i � i Rr.irf< wr• ' i 'W9��4 e O �i .,`• Yml+M�y.M�4 naO �S. � ' y . %� ' �.�.i.� �. i.�.l e •ilili iY1'% � . � I: .� 6� p � ` Y �..o.v._ � .s . p, � .,.. g� ` � r o X� a � � • �rt j . Mfy , +,.w..... 'O . . 9 c ? rn::r J ..:i. � j � �' „ : t . ;, � �. .. , �' �� .�� ���� f ' � '.u..,. �...�,... �,,,�... R4 � . . i. �.,..,�„ �..-. ' : ..... , �' . . i ...,� ' ,.�H„� ��r n !, Y .T�.iV ',� .irn�n _ • �' .. .��_� L . . .i..r. �� _ T.ic' 4 .ia.... jY F . . a i..n�iv F �'M .I�.� �� ..�x .. ' . .nu,f •a �.a 1. - . rY . � .. i.i, n.i. .. u.. y��( OIMPROVEMENT LOCATION , , �„f � ^�� � - • ° �'p � ,.. � „�� ' o,�m,� ..���. . � .,�... : : .� � . i M " ' ' , Tn .... _ ..� n �t �'...� � _. „ �: r u 4� � i �� . � � '� . ;_' ' .... . ° � ' � ' � : . . . ..._� . — . . . s • : ..�.� � ? �... 3..s._i. . . . � , a ♦ . � . . . •rt[ t, .n . 4 Gnnted Date:eR)/E01] N Map Created Cy Clty nt 4uW m eG15 In(orma[lon sirown Ys for ge�ral relerem'e purpous only and docs not rccnsinly 'N E represent e+ac[geotlrapMc or cartogmpM1lc aaG as mapped.TM1e Ciry of Auburn makes no wmranry as[o ih a¢urary. 5 ,IIYO1: 'A U, B UR . N VVAS 11 I I N61"CI , Agenda Subject: Resolution No. 5086 Department: Administration Attachments: , T.-M WI ,z z Administrative Recommendation: Approve Resolution No. 5086. Background Summary: AGENDA BILL APPROVAL FORM Date: July 15, 2014 Budget Impact: $3,200 Mr. Armijo owns an adjacent property to the city's SE 309th Street storm water pond. His property contains a single family residence that Mr. Armijo leases, as he is a resident of California. The backyard of the house is fenced and the fence extends east -west in a straight line. However, Mr. Armijo's rear property line is not straight. It jogs 9 feet north at one point. Since the fence does not follow the property line, it eventually encroaches upon the city's storm pond property. The fence cuts away approximately 550 square feet of the city's property. This encroachment has existed for at least a decade, apparently unknown to the city or Mr. Armijo until the city recently surveyed the property lines of the storm pond property. Since the encroachment is small and is some distance from the actual storm ponds, it hasn't affected the use of the ponds to date. The Public Works department is proposing granting Mr. Armijo an easement to resolve the encroachment. Granting Mr. Armijo an easement allows him to retain his fence and landscaping in the 550 square feet portion of his backyard. It gives the city the option to obtain exclusive use of the property again if it ever needs it. Mr. Armijo has agreed to pay $3,200.00 for the easement. The price is based upon the per foot value of his property. Reviewed by Council Committees: Finance, Public Works ACT.F AUBURN * MORE THAN YOU IMAGINED Page 54 of 130 Councilmember: Meeting Date: July 21, 2014 Staff: Gaub / Ruth Item r: ACT.F ACT.F AUBURN * MORE THAN YOU IMAGINED Page 55 of 130 RESOLUTION NO. 5 0 8 6 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF AUBURN, WASHINGTON, AUTHORIZING THE MAYOR TO EXECUTE AN AGREEMENT WITH JACOB ARMIJO TO CONVEY AN EASEMENT OVER A PORTION OF CITY STORM WATER RENTENTION PROPERTY WHEREAS, the city owns property on SE 309th Street upon which it operates a storm water pond; and WHEREAS, Mr. Armijo owns a residence on an adjacent lot to the city's property, at 11209 SE 309th Street; and WHEREAS, a recent survey revealed that 550 square feet of the fenced backyard of Mr. Armijo's residence is part of the city's property; and WHEREAS, both the city and Mr. Armijo desire that Mr. Armijo retain use of the 550 square feet of property through an easement granted to Mr. Armijo by the city; and WHEREAS, the easement price offered by the city is the fair market value for use of the land based upon the county assessor's valuation of Mr. Armijo's property. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF AUBURN, HEREBY RESOLVES as follows: Section 1. That the Mayor is hereby authorized to execute both an agreement and an easement between the City of Auburn and Jacob Armijo in substantial conformity with the agreement and easement attached hereto, marked as exhibit "A" and "B ", respectively, and incorporated herein by this reference. Resolution No. 5086 July 14, 2014 ACT.F Page 1 of 2 Page 56 of 130 Section 2. That the Mayor is authorized to implement such administrative procedures as may be necessary to carry out the directives of this legislation. Section 3. That this Resolution shall take effect and be in full force upon passage and signatures hereon. Dated and Signed this day of , 2014 CITY OF AUBURN NANCY BACKUS, MAYOR ATTEST: Danielle E. Daskam, City Clerk APPROVED AS TO FORM: Daniel B. Heid, City Attorney Resolution No. 5086 July 14, 2014 ACT.F Page 2 of 2 Page 57 of 130 EXHIBIT "A" EASEMENT PURCHASE AND SALE AGREEMENT CITY OF AUBURN AND JACOB ARMIJO THIS AGREEMENT is made and entered into by and between the sellers, CITY OF AUBURN (the "City "), and JACOB ARMIJO ( "the Buyer "). W I T N E S S E T H : WHEREAS, the City owns a certain piece of real property that serves as a storm water pond at SE 309th Street, Auburn, parcel number 1446110140, and the Buyer owns a neighboring property, parcel number 1446110120, and WHEREAS, the Buyer has encroached upon approximately 550 square feet of the City's storm water pond property by installing, maintaining, and enjoying a fence and landscaping on the land, and WHEREAS, the City does not actively need use of the 550 square feet of its property for its municipal functions; and WHEREAS, both Buyer and the City are desirous of avoiding the necessity of litigation; and WHEREAS, the City valued the easement according to the King County Assessor's valuation of the Buyer's property and the Buyer has agreed to purchase the easement for the valued amount. NOW, THEREFORE, in consideration of the following terms, conditions and covenants and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, IT IS AGREED by the parties as follows: 1. GRANT OF EASEMENT. The City shall sell, convey, and grant to the Buyer, and the Buyer shall purchase, acquire, and take from the City, an easement that is legally described in Exhibit A, ( "Easement "), which exhibit is incorporated by this reference. 2. PURCHASE PRICE. The Buyer promises to pay three thousand, two hundred dollars ($3,200.00) and the recording fees by check in exchange for the city executing an Easement giving Buyer the rights described in Exhibit A. The Buyer agrees that the amount is payable by the Buyer prior to recording of the Easement and within 10 days of the City's execution of the Easement. Easement Sale Agreement 1 ACT�Yy 13, 2014 Page 58 of 130 3. CLOSING. The closing date shall be mutually agreed upon by the parties. At the date of closing, the City shall produce to Buyer a copy of a executed and acknowledged Easement conveying to the Buyer the rights described in Exhibit A. The Easement will not be in a recordable form, but shall be identical to the one attached as Exhibit A. Within 10 days of the City executing the Easement, the Buyer shall pay the purchase price, plus the recording fees, to the City. Within 5 days of receipt of the purchase price and fees, the City shall record the executed Easement with the King County Recorder's Office. The City shall provide the Buyer with a copy of the officially recorded easement. Both parties shall be responsible and entitled to have all closing documents reviewed by their own counsel or agent prior to closing. 4. EXPENSES. City's Expenses: The City shall pay all expenses incurred by the City which relate to the Easement, including attorney fees; Buyer's Expenses: The Buyer shall pay all recording fees and buyer's attorney fees; 5. HAZARDOUS WASTE. The City warrants it has not received notice of, and to the best of the City's knowledge the property is not in violation of any federal, state or local law, ordinance, or regulation relating to the environmental conditions on, under, or about the property, including but not limited to, soil and surface and ground water conditions, and that during the time in which the City has owned the property, neither the City nor, to the best of the City's knowledge, any third party has used, generated, stored, or disposed of, on, under, or about the property or transported to or from the property any hazardous waste, toxic substances, or related materials (the "Hazardous Materials "). For the purposes of this paragraph, Hazardous Materials shall include, but is not limited to, substances defined as "Hazardous Substances," "Hazardous Materials," "Hazardous Waste," "Toxic Substances," in the Comprehensive Environmental Response Compensation and Liability Act of 1980, as amended, and RCW Title 7 and the regulations promulgated pursuant to such laws. If prior to the closing date the Buyer discover that the property contains any Hazardous Waste, of which it has not been previously advised, the Buyer may terminate this Agreement. 6. NOTICES. Any notices required or permitted to be given shall be in writing and delivered either in person or by certified mail, return receipt requested, postage pre- paid, addressed as follows or such other address as may be designated by either party: Easement Sale Agreement 2 ACT�Yy 13, 2014 Page 59 of 130 City: City of Auburn City Clerk 25 W. Main St. Auburn WA 98001 Buyer Jacob Armijo: 881 Custer Ave. San Marcos, CA 92078 858 - 500 -2828 Any notice given pursuant to this Agreement shall be deemed effective the day it is personally delivered or three (3) business days after the date it is deposited in the United States mail. 7. ENTIRE AGREEMENT. This written Agreement constitutes the entire and complete Agreement between the parties hereto and supersedes any prior oral or written agreements between the Parties with respect to the Property. It is expressly agreed that there are no verbal understandings or agreements, which in any way change the terms, covenants, and conditions herein set forth. This Agreement constitutes the legal, valid and binding obligation of the parties enforceable against each party in accordance with the terms hereof. 8. CITY COUNCIL APPROVALS. The Buyer acknowledges that this Agreement does not bind the City until (1) the Mayor of the City of Auburn executes the Agreement and (2) the Auburn City Council approves the Agreement. 9. GOVERNING LAW. This agreement shall be governed and construed according to the laws of the State of Washington without giving effect to its conflicts of law provisions. If any dispute arises between the parties under any of the provisions of this agreement, resolution of that dispute shall be exclusively through the jurisdiction, venue, and rules of the King County Superior Court. 10. DEFAULT AND ATTORNEY'S FEES. In the event that any party fails, without legal excuse, to perform any obligation under this Agreement, then the other party may, at their option, bring suit against the defaulting party for the other parties' actual damages and for specific performance, or pursue any other rights or remedies available at law or in equity. If one or more parties institute suit concerning this Agreement, the prevailing party shall be entitled to court costs and reasonable attorney's fees. In the event of trial, the court shall fix the amount of the attorney's fees. Easement Sale Agreement 3 ACT�Yy 13, 2014 Page 60 of 130 11. LEGAL RIGHTS AND CONSTRUCTION. The terms of this Agreement are deemed to have been explicitly negotiated between the Parties, and the language in all parts of this Agreement will, in all cases, be construed according to its fair meaning and not strictly for or against either Party. Both Parties acknowledge and represent, as an express term of this Agreement, that they have had the opportunity to obtain and utilize legal counsel to review of the terms and conditions outlined in this Agreement, although each Party must determine if they wish to obtain and pay for such legal review. NO REPRESENTATIONS OR WARRANTIES ARE MADE BY ONE PARTY TO THE OTHER PARTY AS TO THE LEGAL SUFFICIENCY, LEGAL EFFECT OR TAX CONSEQUENCES OF THIS AGREEMENT, THE TRANSACTION DESCRIBED HEREIN, OR ANY ATTACHMENTS TO THIS AGREEMENT. 12. ASSIGNMENT. No party shall assign any right or obligation hereunder in whole or in part, without the prior written consent of the other party. 13. AMENDMENT, MODIFICATION OR WAIVER. No amendment, modification or waiver of any condition, provision or term of this Agreement shall be valid or of any effect unless made in writing, signed by the parties to be bound, or such parties' duly authorized representative(s) and specifying with particularity the nature and extent of such amendment, modification or waiver. Any waiver by any party of any default of another party shall not effect or impair any right arising from any subsequent default. 14. COUNTERPARTS. This Agreement may be executed in multiple counterparts, each of which shall be one and the same Agreement and shall become effective when one or more counterparts have been signed by each party and delivered to the other party. 15. COOPERATION. Prior to and after Closing each Party shall cooperate, shall take such further action and shall execute and deliver further documents as may be reasonably requested by the other Party in order to carry out the provisions and purposes of this Agreement. 16. NON - MERGER. The terms and provisions of this Agreement will not merge in, but will survive, the closing of the transaction contemplated under this Agreement. SIGNATURES: BUYER JACOB ARMIJO Date Easement Sale Agreement 4 ACT�Yy 13, 2014 Page 61 of 130 CITY OF AUBURN Nancy Backus, Mayor Date Attest: Danielle E. Daskam, City Clerk Approved as to Form Daniel B. Heid, City Attorney Easement Sale Agreement 5 ACTYy 13, 2014 Page 62 of 130 Exhibit "B" After recording return to: EASEMENT Reference No. of related documents: Grantors: CITY OF AUBURN Grantee: JAKE ARMIJO Short Legal: A portion of Tract A of King County Boundary Line Agreement LOOL0003, SE 1/4 8- 21N -5E Property Tax Parcel No.: 1446110140 For and in consideration of Ten Dollar ($10.00) and other valuable consideration in hand paid, CITY OF AUBURN, a municipal corporation of the State of Washington, (`Grantor" herein), hereby conveys and Warrants to Jacob Armijo, an individual (`Grantee" herein), for the purposes hereinafter set forth, a nonexclusive perpetual access easement over, across and through the real property described in Exhibit A and shown in Exhibit B (`Easement Area" herein). Scope of Easement. Said Grantee shall have the right to access the Easement Area for all legal uses that do not interfere With the Grantor's full use and enjoyment and functioning of its storm Water pond or impede Grantor's other governmental functions, provided, however, Grantee shall not construct or maintain any buildings or other structures, release any hazardous Waste, nor plant any tree Within the Easement Area. Grantee may specifically maintain, reconstruct, repair, replace, and remove the existing fence and landscaping in the Easement Area. Entry Upon and Disturbance of Easement Area. Said Grantor shall have the absolute right, at times as may be necessary, for immediate entry upon said Easement Area for the purpose of maintenance, inspection, construction, repair or reconstruction of its utilities located under the Easement Area, and may remove, disturb, and relocate the soil and any personal property, including fencing, Within the Easement Area to permit Page 1 of 3 Tuly 7, 2014 309th St. Storm Water Pond Access Easement Resolution No. 5086 ACT.F Page 63 of 130 Exhibit "B" access to its utilities, provided Grantor takes reasonable care to not unnecessarily damage the property. Grantor's sole obligation in the event of any damage, relocation, or disruption of the Easement Area by Grantor, its employees, contractors, or agents shall be to re- establish existing grades and provide for adequate site stabilization. Upon such disturbance by Grantor, Grantee shall bear all other responsibility to return the Easement Area to a condition comparable to the condition that existed prior to Grantor's use of the Easement Area. Should the Grantor exercise its right to conduct Work on its utilities Within the Easement Area, Grantor shall provide Written notice and a Written schedule to Grantee. Grantor shall conduct any repairs, maintenance, reconstruction or replacement Within a reasonable time. Termination. Grantor may terminate this Easement by Written notice to the Grantee at any time. In such event, at City's request, the Grantee shall record a termination of easement With the King County Recorder. Upon termination, Grantee shall promptly remove from the Easement Area its improvements. Grantor, at its sole expense, shall remove and reinstall any fencing Within Easement Area to a location of the Grantee's choosing outside the Area. Indemnity. Said Grantee shall indemnify, defend, and hold harmless Grantor, its employees, officers, and agents from any and all liability, damages, expenses, causes of action, suits, claims, costs, fees (including attorney's fees), penalties, or judgments, of any nature Whatsoever, arising out of the use, occupation, or control of the Easement Area by Grantee, his tenants, contractors, invitees, agents, employees, guests or permittees, including but not limited to the use, storage, generation, processing, transportation, handling, disposal, or release of any hazardous substance or materials, as defined in the Comprehensive Environmental Response, Compensation and Liability Act of 1980, as amended ("CERCLA "). This indemnification shall survive the termination of the Easement. Attorney Fees. Should it be necessary for either party to enforce their rights under this agreement, then in the event of litigation the prevailing party shall be entitled to recover and collect all costs and reasonable attornev's fees as determined by the court resolving the litigation. As used in this paragraph, "costs" shall include all out of pocket expenses and charges incurred that related to pursuing enforcement or the breach of the terms and conditions of this easement. Successors and Assigns. This easement and the covenants herein shall be covenants running With the land and shall inure to the benefit of and be binding on the successors, heirs, and assigns of both parties hereto, provided that Grantee's rights Page 2 of 3 Tulv 7, 2014 309th St. Storm Water Pond Access Easement Resolution No. 5086 ACT.F Page 64 of 130 Exhibit "B" hereunder shall not be assigned to any other entity Without the prior Written consent of Grantor Which consent shall not be unreasonablv Withheld. IN WITNESS WHEREOF, said Municipality has caused this instrument to be executed by its proper officer(s) this day of 2014 GRANTOR: City of Auburn, a Washington municipal corporation BY: Nancv Backus, Mayor STATE OF WASHINGTON) ) ss. COUNTY OF KING ) On this dav_ of 2014, before me, a Notary Public in and for the State of Washington, duly commissioned and sworn, personally appeared Nancy Backus, to me known to be the Mayor of the municipal corporation that executed the Within and foregoing instrument, and acknowledged the same to be the free and voluntary act and deed of said municipal corporation, for the uses and purposes therein mentioned and on oath stated that they are authorized to execute said instrument. WITNESS my hand and official seal hereto affixed the dav and vear first above Written. (Print or stamp name of Notary) NOTARY PUBLIC in and for the State of Washington, residing at My appointment expires _ Page 3 of 3 Tulv 7, 2014 309th St. Storm Water Pond Access Easement Resolution No. 5086 ACT.F Page 65 of 130 ,�.:��..�y n. �. i.11 , � i� ` __ � .i� __ � - . . _'—_ . . - .. D ' . . .. _. m� _. ��:= J A ..__.._ -• � . � ._ ._ _ . . . �. . '�. . . . �_- . � � � � ,�'� � , '� � � � �� _ �°�o — - -- — - - — — 5 89 a5 0 w SC 93 COn GPS � " �` t ¢ � `I� � Z �t� g 04 ° 000 f . �['��,�^,-':-..y �'1-q � -:� �MJ.� , r-�.�>'"-"lYr-� �--�:y ��,�`���' /�,,1 �;'.5��� ""'g! 'r 4 �_. a � ����i . � d �.�� � , , � y , � � �.`' 1-� �. � +�f .;� �� :4� S ' .� . :. . �. . - .; . �A.• ���n :. �` � i . �� '. . M X� � '� "✓ . � II'� . �Y'j �* ��,. ' � I •,i, �R' �� ' . r>� � s� . ���@` ' i� _ ,� . a .. 1 �),{`I f���1, � � A �W' ��y� y� ♦ �1 L � , � . Xt l,*'Yt Yi' � � A +• 3� �.Aiti J�Lt ` ', {K: '1.�'�' � �._.. � �' �:` I . � �4 �, �y,r = � ., � 6 ` + �1 .. ..t! '; -� � , ��+��� . �f'M }'. �i'' , �A4a i �'-' �,�+ ' �E+' ' .�� � ,� �' � .��� � � !'1;. �II �„ I rpa : .. �, ' , i ! . ;., '�'� „y .f . s� l�i �� i]�J,�.a: � 'i _ �•. � _ ' �<r'.I ' y� �� . f i -9'.' -�� 1+' x . . � ,0�00 �;���! 0 �� � . ... ,i .r . �i � -: _ '.JY� .. • � . y _;f t •.1.— __ . _ _ — _ . �� • � � a-. . �1� '�••. ..7. ie�f� �'• I � � • � � @�,`�a � � �- � , _,t'!- _ • �e a o c � �' ` 7�� . � ��/�, . _ � � ,;,����� � �� �. .� � �� ' � � :ti �,n�, �wa.�-�'Na EXHIBIT MAP PROJ:ADM432 AUBURN CITY OF AUBURN F�N�E ++roano+a PUBIIC NroRKS DEPAR7MEMT FOR PROPERTY LINES ENCROACHMENTS AT STORM POND SITE ScuE:t•=z0' , w�sH�HU�oN E�EM� CEDAR HOLLOW ft2 PLA7-TR4CT"A' oaawru ev:aRe P�LEA ACT. Lot D TAX PARCEL 1446110130 N NORTH SCALE —SS NS.wgaamtarysewer Angle point existing wood fence SD Southend existing wood fence LotC Angle points existingrefalaing wall TAX PARCEL 1446110120 ° JACOB ARM(JO l KING COUNTY BLA LOOL003 REC. N0, 20000321900006 Cale position of angle pointproperty comer, south line Lot "C" a PROPERTY LING — •-- r-.. -- r, 54.97' SS in -SD N 0 O to 26.03' I I !Tract A 'CITY PARCEL 1446110140 (CITY OF AUBURN pp North end existing wood fence _fir 15' San Sewer Estnt Rec No. 120000301000894 1 • N Found an existing rebar and cap at east side ofwood fence, Southeast corner ofLot "C" point online existing wood ence SS O) SS SD Angle point existing wood fence system manhole � S II — D -- �.J Sanitary sewer manhole 222.97' manhole Existing 25' wide utility easement I South hne Tract " ' on Lot "C ", per 20000321900006 Ca(c position of southwestproperty corner 20' San Sewer Esmt Survey Notes: Tract "A"- Southeast comer Lot "C', Rec No.20000301000894 i- 1) Field work for Topographic survey performed in November, 2013 2)Refeieneefieldboo1(2013 -07 ,Pages 49 -55 �y' },i;;l(,,;, .�•" GoP`'.� 3) Parcel Rna on this exhibit map are Add King Cc un ty B oundaty Litre adjustmentL00L0003; recorded under retarding number 20000321900006 4) Drawing is prepared to illustrate existing wood fence near Lot "C" that is built on Tract "A ", and existing Public sewer and storm drainage lines in this vicinity. 42! t2 ! Z °t3 errror• CITY OF AUBURN EXHIBIT MAP "B" PROJ: ADM 432 DETAIL OF PROPERTY LINES ENCROACHMENTS AT STORM POND SITE 12/09/2013 WASHINGTON PUBLIC WORKS DEPARTMENT CEDAR HOLLOW 92 PLAT-TRACT "A" SCALE: 1'` =10' DRAWN BY: BLM F - Faye of Or i30 C1 'I Y101 Alu,BURN Agenda Subject: Ordinance No. 6520 Department: Public Works Attachments: Ordinance No. 6520 Administrative Recommendation: AGENDA BILL APPROVAL FORM Date: July 15, 2014 Budget Impact: $0 Public Works Committee recommend that City Council introduces and adopts Ordinance No. 6520. Background Summary: Ordinance No. 6520 is a revision to the Auburn City Code related to Underground Wiring. This revision provides a clarification of the exceptions to the undergrounding requirement for the expansion of an overhead system for a secondary tenant on existing utility poles owned by another utility. The current code allows for the deferral of undergrounding for this purpose consistent with the City's half street code (ACC 12.64A). The half street code and deferral process is based on a property owner making this request and the agreements for deferral are intended to be tied to a specific property. There are instances when a utility provider may wish to expand their overhead system that is not driven by development or redevelopment of a specific property and so there is no property owner involved. In areas where the proposed exception may be used the existing franchise requirements and other paragraphs of the Underground Wiring code will require the secondary tenant to participate in undergounding their system when the owner of the utility poles is required to underground their overhead system. Reviewed by Council Committees: Finance, Public Works Councilmember: Osborne Staff: Gaub Meeting Date: July 21, 2014 Item Number: ACT.G ACT.G AUBURN * MORE THAN YOU IMAGINED Page 68 of 130 ORDINANCE NO. 6 5 2 0 AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF AUBURN, WASHINGTON, AMENDING SECTIONS 13.32A.020 AND 13.32A.120 OF THE AUBURN CITY CODE RELATING TO EXCEPTIONS FOR UNDERGROUNDING REQUIREMENTS WHEREAS, the current provisions of the Auburn City Code provide for an exception to the undergrounding requirement for utilities for various instances, including where a franchisee is expanding its existing aerial system as a secondary tenant on an existing aerial system and where undergrounding of the franchisee's facilities will not eliminate the existing aerial system; and WHEREAS, the current provisions of the city code do not distinguish those instances where the franchisee's facilities may be crossing public right -of -way as opposed to private property; and WHEREAS, in order to address the distinction between those two crossings, it is appropriate to amend the city code so that the requirements of each type of crossing is adequately addressed. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF AUBURN, WASHINGTON, DO ORDAIN as follows: Section 1, Amendment to City Code. That section 13.32A.020 of the Auburn City Code is amended to read as follows: 13.32A.020 Exceptions. ��illll p uirp j1 . u p uuu ; :.0 I following facilities are exempt from the undergrounding requirements of this chapter: A. Electric utility substations, pad mounted transformers and switching facilities not located on the public right -of -way and authorized through existing or future site - specific development approvals; B. Electric aerial transmission facilities of a voltage of more than 15,000 volts, including poles, wires, and associated facilities; C. Street lighting and traffic control equipment as determined necessary by the city engineer; D. Telecommunication pedestals and other equivalent telecommunication facilities; and -- - - - - - - - - - - - - - - - - Ordinance No. 6520 July 14, 2014 ACT.G e 1 Page 69 of 130 Section 2, Amendment to City Code. That section 13.32A.120 of the Auburn City Code is amended to read as follows: 13.32A.120 Deferral of underground distribution facilities. A. The city engineer may grant a deferral for some or all of the undergrounding of utility distribution facilities otherwise required pursuant to this chapter following the procedures identified in ACC 12.64A.050, Deferral and fee in lieu of improvements. The city engineer's decision regarding such a deferral will be based on meeting the following criteria rather than those listed in ACC 12.64A.050: 1. There is a pending city six -year TIP project or an adjacent developer planned project which would affect the proposed area of undergrounding of the existing aerial facilities; or 2. A franchisee is expanding aerial system as a secondary tenant on an existing aerial system for the purpose of serving a new private development the undergrounding of the expansion will not eliminate the existing aerial system4; or 3. All of the following conditions are met- a. There are other properties abutting or across the street from the subject property that have aerial utility facilities; and b. The establishment or continuation of aerial utility facilities for the period of the deferral will not adversely affect or delay other properties that may have to provide or convert to undergrounding utility improvements within the public right -of -way; and C. There are technological difficulties associated with converting to or providing undergrounding utility improvements for the subject property as demonstrated to the satisfaction of the city engineer. B. An applicant whose request has been denied may appeal the denial following the procedure as identified in ACC 12.64A.060, Appeal and enforcement. (Ord. 6238 § 27 2009.) Section 3. Implementation. The Mayor is hereby authorized to implement such administrative procedures as may be necessary to carry out the directions of this legislation. Section 4. Severability. The provisions of this ordinance are declared to be separate and severable. The invalidity of any clause, sentence, paragraph, subdivision, section or portion of this ordinance, or the invalidity of the application thereof to any --------------- - -- Ordinance No. 6520 July 14, 2014 ACT.G e 2 Page 70 of 130 person or circumstance shall not affect the validity of the remainder of this ordinance, or the validity of its application to other persons or circumstances. Section 5. Effective date. This Ordinance shall take effect and be in force five days from and after its passage, approval and publication as provided by law. INTRODUCED- PASSED- APPROVED- NANCY BACKUS, MAYOR ATTEST: Danielle E. Daskam, City Clerk APPROVED AS TO FORM: Daniel B. Heid, City Attorney PUBLISHED- ------------------ Ordinance No. 6520 July 14, 2014 ACT.G e 3 Page 71 of 130 ,IIYO1: 'A U, B UR . N VVAS1IIN61CIN' Agenda Subject: Resolution No. 4959 Department: Community Development & Public Works Attachments: AGENDA BILL APPROVAL FORM Date: July 16, 2014 Budget Impact: $0 Administrative Recommendation: For discussion only. Background Summary: Please see the attached memorandum. Reviewed by Council Committees: Planning And Community Development, Public Works Other: Legal, Environmental Services Councilmember: Holman Staff: Snyder Meeting Date: July 21, 2014 Item r: DI.B DI.B AUBURN * MORE THAN YOU IMAGINED Page 72 of 130 CITY OF 'BUIN *AD -11[ WASHINGTON DATE: July 16, 2014 Memorandum TO: Auburn City Council Public Works Committee: Councilmember Wayne Osborne, Chair Councilmember Bill Peloza, Vice Chair Councilmember Claude DaCorsi FROM: Chris Andersen, CFM, Environmental Services Manager CC: Nancy Backus, Mayor Kevin Snyder, AICP, Director, Community Development and Public Works Ingrid Gaub, PE, Assistant Director of Development Services /City Engineer SUBJECT: Resolution No. 4959: CP0746 Mill Creek Wetland 5K Project Partnership Agreement ENCL: Annotated outline of Project Partnership Agreement Introduction At the Committee meeting on July 7, 2014, staff provided an informational briefing about the Mill Creek Wetland 5K Project, City Capital Project No. CP0746. This memo provides a summary discussion of the project and relevant background information related to Resolution No. 4959, which would authorize the City to enter into a Project Partnership Agreement (PPA) with the U.S. Army Corps of Engineers to construct the project. Background The City of Auburn is the local sponsor for a US Army Corps of Engineers (Corps) Ecosystem Restoration Project (ERP) on Mill Creek. The purpose of the project is to restore stream habitat for salmon and other fish and wildlife. The project involves habitat enhancement along approximately one mile of Mill Creek, a tributary of the Green River that flows north through the City. The project is located on the "Wetland 5K" reach of Mill Creek, so named for the identification number of the wetland that the stream is located adjacent to. The Wetland 5K reach is located west of SR 167 extending from SR 18 north past 15th Street NW. DI.B Page 73 of 130 The design of the Wetland 5K project was conducted under a 2010 Design Agreement between the City and the Corps. The 100 - Percent design package for the project was transmitted to the City earlier this month. For the project to proceed, the City will need to enter into a Project Partnership Agreement (PPA) with the Corps. The PPA defines the roles and responsibilities of the City and Corps including: 0 65% federal/ 35% non - federal cost share for total project costs; and 0 City responsibility to acquire necessary property interests to conduct the project. Project Purpose The Mill Creek Wetland 5K Reach Project (Project) is one element of the Green/Duwamish River Ecosystem Restoration Project, led by the Corps under authorization from the Water Resources Development Act (WRDA). The effort is focused on restoration of critical habitat for ESA - listed salmon within the Green/Duwamish River Watershed. Mill Creek (Creek) presents an excellent habitat restoration opportunity. The Creek has been channelized to facilitate agricultural activities that ceased in the 1980s and early 1990s. Currently, invasive plant species have overrun the channel and floodplain, interrupting natural riparian processes and significantly degrading habitat function within the Creek. The primary Project objectives are as follows: 0 Re- establish the functions of this segment of Mill Creek to serve for passage of anadromous salmonids for spawning and rearing; • Establish accessible refugia for the fry and juveniles of these fish species; and • Eliminate invasive noxious weed plants (particularly reed canarygrass [Phalaris arundinacea] within a discrete project corridor approximately 200 to 250 feet wide, allowing reestablishment of native wetland and woody riparian species Secondary Project objectives are those that must be considered in the design and may affect the degree to which the primary Project objectives can be implemented. Those objectives include the following: Create an end state condition that can be effectively managed and maintained by the local sponsor as a functional ecological preserve and an educational or experiential opportunity for residents of the City; • Maintain the regional floodplain and floodway; • Maintain some level of flood storage commensurate with the City's flood and stormwater management plans; 0 Maintain design functionality of existing drainage control structures while limiting the extent of and providing access for required maintenance; and DI.B 2 Page 74 of 130 • Protect, incorporate, or enhance existing wetland mitigation sites in the Project area • Prevent adverse effects to adjacent properties, existing utilities, and land uses to the degree possible within the confines of the Project conditions. Proiect Histor 1996 — 2000: USACE conducted a Feasibility Study for ecosystem restoration in Green/Duwamish Watershed. The study identified 45 site - specific restoration projects including the Mill Creek Wetland 5K reach. Enhancements downstream of the Wetland 5 Reach were also identified as the Merlino Reach and Schuler Brothers Reach. 2010: City executes Design Agreement with USACE for Mill Creek Wetland 5K Project 2011: 35% design plan set prepared 2012: Draft 95% design plans and specifications prepared 2013: Additional hydraulic and hydrologic analysis conducted January — July 2014: 100% design plans and specifications prepared Elements of Proiect The Project is focused on Mill Creek and the adjacent riparian corridor. The design focuses on improving floodplain connectivity, providing refuge from high -flow events, and creating conditions to re- establish riparian cover over the Creek to reduce water temperatures and improve water quality for rearing. The key elements of the restoration design include 0 Creating anew, meandering stream channel in sections of the project reach and enhancing the existing channel in other sections; • Building earthen berms adjacent to the stream to provide higher ground for establishing trees and shrubs that provide shading and habitat diversity; • Creating new side channels and connecting existing tributary channels to provide rearing habitat and refuge from high stream flow events; 0 Clearing reed canarygrass and scraping shallow soil to remove root mass • Re- planting with mix of trees, shrubs, and herbaceous vegetation; • Install a new clear -span, three -sided box culvert under 15th Street NW for improved fish passage and flood flows conveyance; • Conduct performance monitoring at 1,3, and 5 years post - construction; and • Conduct limited maintenance to suppress invasive plants and keep culvert clear of debris. Key Design Challenges Restoration of urban streams is challenging for a number of reasons including: degradedcondition of habitat, hydrologic impacts of a highly developed watershed, limited space, DI.B 3 Page 75 of 130 and constraints of built infrastructure. The Project has several key design challenges specific to this reach: 0 Elevated water levels from beaver dams and flow constrictions make access to the site challenging for accurate topographic survey and for use of heavy equipment; • Potential for flood elevation rise from increased conveyance through the Project reach that could create backwater conditions at downstream constrictions; and • Meeting fish passage requirements for a new culvert under 15th Street NW. The City has worked closely with the Corps and engaged outside expertise as needed to address these challenges and achieve a project that is flexible to adapt, requires minimal maintenance, and creates no net flood rise. Auburn City Council Resolution No. 4959: Project Partnership Agreement In 2010, the City entered into a Green/Duwamish ERP Program Design Agreement (DA) with the Corps. The DA specified Corps and City roles and responsibilities, and cost shares, for the design of the Mill Creek Wetland 5K project. Now that the design has been completed, a similar agreement, called a Project Partnership Agreement (PPA) is required for construction of the proj ect. A note about the PPA: Similar to the DA, the PPA document is a federal program template document, and the local office of the Corps (Seattle District) does not have authority to make any revisions to the template language. The Corps has indicated that revisions or refinements to the PPA are not allowed without obtaining approval from Washington D.C.; a process that they have indicated would likely result in the release of the federal funds that are currently budgeted for this project. Therefore staff is requesting that the Committee consider City participation in construction of the Wetland 5K project under the terms of the PPA as drafted. Roles and Responsibilities The project is being conducted as a federal and local partnership between USACE and the City. The partnership is formalized in a Design Agreement (which covers the design phase of the project) and a Project Partnership Agreement (which covers construction, maintenance, and monitoring). An annotated outline of the PPA document is attached to this memo. The agreements include a cost sharing provision: • Design: 75% federal funds / 25% local funds • Construction: 65% federal funds/ 35% local funds DI.B 4 Page 76 of 130 Responsibility Corps of Engineers City of Auburn Engineering Design Lead Review and Comment Lands, Easements, Right -of- Certify Lead — obtain property access Way, Relocations, and through acquisition or Disposal Areas LERRD perpetual easement Permitting Lead on Federal Permits Lead on State and Local Permits Contracting Lead Review and comment on solicitations, bid documents and specifications. Provide written willingness to proceed prior to issuance of construction contract solicitation Construction Oversight Lead Support Crediting (Lands Easements Accounting Packaging, reporting and Rights of Way) Maintenance Create plan Implement plan Monitoring (funded within Lead Support total construction costs) Benefits to City The Project provides a number of benefits to the /city and aligns with public policy goals: 0 Contributes to salmon recovery efforts and the Restoration Plan element of the Shoreline Master Program 0 Improves water quality, assisting the City in compliance with NPDES Phase II requirements • Improves flood flow conveyance • Creates potential for future recreation and educational opportunities associated with the Auburn Environmental Park. Costs to City Based on cost estimates developed by the Corps, the estimated total project costs reflected in the PPA, including construction, design, construction management, property, monitoring and maintenance is $5,738,048.00. Total Estimated Project Cost: $5,738,048.00 City 35% Share (including credits for real estate and staff time) $2,008,317.00 DI.B 5 Page 77 of 130 A Total Project Cost document was provided to the Committee at the briefing on July 7tl' Below is additional information summarizing City funding sources for its project cost share. City Cash Funding Sources for Mill Creek Wetland 5K Project The City has obtained grant funding to offset costs of the project including a $532,000 grant from the Washington State Department of Ecology earlier this year. Project funding sources are listed below: Design- King Conservation District $200,000.00 Design- King County Flood Control District Opportunity Fund $69,693.00 Construction/RE- City Stormwater Utility Fund $1,250,000.00 Construction/RE- Department of Ecology Floodplains Grant $ 532,000.00 Total $2,051,693.00 Other City Funding for the Project Under the terms of the PPA, the City also receives credit toward its cost share for certain staff time (WM- Work in Kind) during design and construction, and for real estate interests (referred to as LERRD credit) that it makes available for the project. Estimates of these credits prepared by the Corps are provided below: Design- Staff time WIK for design team coordination $20,000.00 Construction- Staff time WIK for construction coordination $40,000.00 LERRD (Real Estate) Credit $900,000.00 Total $960,000.00 DI.B 6 Page 78 of 130 MILL CREEK WETLAND 5K ECOSYSTEM RESTORATION PROJECT PROJECT PARTNERSHIP AGREEMENT ANNOTATED OUTLINE & SUMMARY The Mill Creek Wetland 5h Ecosystem Restoration Project is a partnership bet\veen the City of Auburn and the US Army Corps of Engineers (USACE). The roles and responsibilities of the t\vo parties are defined in a Project Partnership Agreement (PPA). An annotated outline of the PPA is provided below. hey elements of the PPA include: • USACE is the lead agency for design and implementation of the project. USACE will be the contracting agency for construction and will provide construction management • City is responsible for acquiring necessary property interests to conduct the project and plays a key role in review of design documents and contractor submittals. The City will also supplement the USACE construction management effort • Total project costs are shared: 65% federal / 35% non - federal Annotated Outline Article I— Definitions. Article II— Obligations of the Government and the Non - Federal Sponsor • Federal role includes contracting, constriction management, monitoring for period of 5 years, and responsibility to pay 65% of total project costs • City role including review and comment on contract solicitations, plans and specifications, providing necessary real estate access, long -term maintenance, and responsibility to pay 35% of total project costs • Final accounting and reconciliation of total project costs lead by federal government Article III —Lands Easements, Rights of Way, Relocations, Disposal Area Improvements ( LERRD) and Compliance with Public Law 91 -646 • Federal government identifies which properties are needed and provides the City with notice to proceed in acquiring access. Access must be granted prior to federal government soliciting construction contracts. • CANT is responsible for obtaining sufficient vested interest in properties to complete the project Article IV – Credit for LERRD • Land values based on appraisal conducted by a firm contracted by the City. Appraisal must meet federal guidelines and be approved by USACE • Value of lands is credited against the City's 35% cost share, including lands already owned by the City • Incidental costs, including cost of appraisal, closing costs, and coordination are eligible to be considered part of total project costs and apply to City cost share DI.BPrepared by Maul Foster &Alongi, Inc. Page 1 Updated JuL loge /b of 130 MILL CREEK WETLAND 5K ECOSYSTEM RESTORATION PROJECT PROJECT PARTNERSHIP AGREEMENT ANNOTATED OUTLINE & SUMMARY Article V— Project Coordination Team • Establishes Project Coordination Team co- chaired by representative of the federal government and the City to provide oversight and ensure clear communication and accountability between the partners • Costs of participating in Project Coordination Team are considered part of total project costs and the City's cost share Article VI— Method of Payment • Outlines federal government responsibilities for accounting and states estimate for total project costs and City (estimated at time of agreement) • City cost share calculated as 35% of total project costs. City cash match is calculated as o (Total Project Costs * 35 %) - LERRD Value – City's Projected Costs for Project Management – City's Contribution to Design Agreement. • Payment by City is regtured in lump sum prior to solicitation of bids for construction Article VII — Dispute Resolution • Establishes procedure for notification of breach of agreement and resolution through negotiation or alternative dispute resolution Article VIII — Operation, Maintenance, Repair, Rehabilitation, and Replacement • Upon completion of the project, City takes on operation and maintenance responsibilities • USACE will prepare the Operation and Maintenance plan for the project, with review and input from the City Article IX —Hold And Save • City shall hold and save the federal government free from all damages arising from constriction, monitoring, adaptive management, operation, maintenance, repair, rehabilitation, and replacement of the project, except for damages due to the fault or negligence of the federal government or its contractors. Article X— Maintenance of Records and Audit • City and federal government shall develop procedures and maintain books, records, documents, or other evidence in accordance with these procedures To the extent permitted under applicable federal laws and regulations, the federal government and the City shall each allow the other to inspect such books, records, documents, or other evidence DI BPrepared by Maul Foster &Alongi, Inc. Page 2 Updated JuLu 11,, 2 %b of 130 MILL CREEK WETLAND 5K ECOSYSTEM RESTORATION PROJECT PROJECT PARTNERSHIP AGREEMENT ANNOTATED OUTLINE & SUMMARY Article XI— Federal and State Laws • In the exercise of their respective rights and obligations under the PPA, the City and the federal government shall comply with all applicable Federal and State laws and regulations, including Davis -Bacon Act Article XIII— Termination or Suspension • If at any time the City fails to fulfill its obligations under this Agreement, the USACE shall terminate this Agreement or suspend future performance under this Agreement unless USACE determines the continuation of the work is determines that continuation of work on the Project is in the interest of the United States or is necessary in order to satisfy agreements with any other non - federal interests in connection with the Project • In the event the federal government projects that the amount of federal funds available to the Project through the then- current or upcoming fiscal year is not sufficient to meet the federal share of total project costs the federal government shall notify the City in writing of such insufficiency of funds. Upon the exhaustion of federal funds, future performance under this Agreement shall be suspended. Such suspension shall remain in effect until such time that the Government notifies the City in writing that sufficient Federal funds are available to meet the Federal share of total project costs. • In the event that the federal government and the City determine to suspend future performance under this Agreement, such suspension shall remain in effect until the federal government and the City agree to proceed or to terminate this Agreement Article XIV— Hazardous Substances Non - federal sponsor required to conduct preliminary environmental investigation on the properties. Costs for the investigation are considered part of total project costs and part of local share. • If hazardous substances are found, federal government and non - federal sponsor discuss whether or not to proceed. Non - federal sponsor bears all costs of site investigation and cleanup, which is not considered part of total project costs. Article XV— Notices • Identifies primary point of contact for City and USACE Article XVI— Confidentiality • To the extent permitted by the laws governing each party, the parties agree to maintain the confidentiality of exchanged information when requested to do so by the providing party. DI.BPrepared by Maul Foster &Alongi, Inc. Page 3 Updated JuL l�gel1 of 130 MILL CREEK WETLAND 5K ECOSYSTEM RESTORATION PROJECT PROJECT PARTNERSHIP AGREEMENT ANNOTATED OUTLINE & SUMMARY Article XVII— Historic Preservation • The federal government will conduct cultural and historic resource survey and bear all the costs up to 1% of the total project cost. Any costs incurred above that amount will be shared with the non - federal sponsor at 65/35 rate. Article XVII —Third Party Rights, Benefits, or Liabilities • Nothing in this Agreement is intended, nor may be construed, to create any rights, confer any benefits, or relieve any liability of any kind whatsoever in any third person not party to this Agreement. Article XIX— Non - Liability of Officers and Employees • No officer, agent, consultant, or employee of the City, nor any officer, agent, consultant, or employee of the federal government, may be charged personally, or held liable, under the terms or provisions of this Agreement because of any breach, attempted breach, or alleged breach thereof, except as provided in Section 912(b) of the Water Resources Development Act of 1986, Public La-�v 99 -662, as amended (42 U.S.C. 1962d -5b note), or other applicable la�v. Article XX— Section 902 Maximum Cost of Project • Section 902 of the Water Resources Development Act of 1986, Public La­�v 99 662, as amended (33 U.S.C. 2280) establishes the maximum amount of total costs for the entire Green- Du-�vamish Ecosystem Restoration Project, of which the Mill Creek Wetland 5K Project is a separable element. On the effective date of this Agreement, the maximum amount of total costs for the Authorized Project, which is the sum of total project costs for the Project and the costs for all other separable elements of the Authorized Project, is estimated to be $215,454,000, as calculated in accordance with Engineer Regulation 1105 -2- 100 DI.BPrepared by Maul Foster &Alongi, Inc. Page 4 Updated JuF ag@ 6 of 130 RESOLUTION NO. 4 9 5 9 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF AUBURN, WASHINGTON, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A PROJECT PARTNERSHIP AGREEMENT FOR SPECIFICALLY AUTHORIZED ECOSYSTEM RESTORATION PROJECTS AND SEPARABLE ELEMENTS WHEREAS, the Auburn City Council finds that restoration of that portion of Mill Creek located within the City will benefit the citizens of Auburn by enhancing flood control within the City and by improving fish habitat; and WHEREAS, the Auburn City Council previously adopted Resolution No. 4558 authorizing the execution of a Design Agreement between the City of Auburn and the Department of the Army for design of the Mill Creek Wetland 5K Green Duwamish Ecosystem Restoration Project on February 12, 2010; and WHEREAS, the design for construction of the Mill Creek Wetland 5K Green Duwamish Ecosystem Restoration Project has been completed under the Design Agreement; and WHEREAS, U.S. Army Corps of Engineers has received federal funding to complete the design for the Mill Creek Wetland 5K Green Duwamish Ecosystem Restoration Project and construct the project; and WHEREAS, under the Water Resources Development Act of 1986, local governments wishing to have such projects constructed within their jurisdictions must contribute a portion of the project design costs; and WHEREAS, the City of Auburn has included the Mill Creek Wetland 5K Reach restoration as a project in its 2014 -2019 Capital Facility Plan; Resolution No. 4959 July 10, 2014 DI.B Page 1 of 2 Page 83 of 130 NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF AUBURN, WASHINGTON, HEREBY RESOLVES as follows: Section 1. That the Mayor and City Clerk are hereby authorized to execute a Project Partnership Agreement for Specifically Authorized Ecosystem Restoration Projects and Separable Elements, which agreement shall be in substantial conformity with the agreement attached hereto as Exhibit A and incorporated herein by this reference. Section 2. That the Mayor is authorized to implement such administrative procedures as may be necessary to carry out the directives of this legislation. Section 3. That this Resolution shall take effect and be in full force upon passage and signatures hereon. Dated and Signed this day of , 2013. ATTEST: Danielle E. Daskam, City Clerk APPROVED AS TO FORM: Daniel B. Heid, City Attorney Resolution No. 4959 July 10, 2014 DI.B Page 2 of 2 CITY OF AUBURN NANCY BACKUS, MAYOR Page 84 of 130 PROJECT PARTNERSHIP AGREEMENT BETWEEN THE DEPARTMENT OF THE ARMY AND CITY OF AUBURN FOR CONSTRUCTION OF THE DUWAMISH/MILL CREEK WETLAND 5K REACH ECOSYSTEM RESTORATION PROJECT THIS AGREEMENT is entered into this day of by and between the Department of the Army (hereinafter the "Government "), represented by the U.S. Army Engineer, Seattle District, and City of Auburn (hereinafter the "Non - Federal Sponsor "), represented by the Mayor. WITNESSETH, THAT: WHEREAS, construction of the Duwamish/Green River Basin Project for ecosystem restoration (hereinafter the "Authorized Project ") at King County, Washington was authorized by Section 101(b)(26) of the Water Resources Development Act of 2000, Public Law 106 -51 in accordance with the plans, and subject to the conditions, recommended in a final report of the Chief of Engineers if a favorable report to the Chief is completed not later than December 31, 2000; WHEREAS, a favorable final report of the Chief of Engineers was completed on December 29, 2000; WHEREAS, the Government was authorized to perform monitoring and adaptive management (as defined in Article I.M. and Article I.N. of this Agreement, respectively) as part of the Authorized Project; WHEREAS, the Government and the Non - Federal Sponsor desire to enter into a Project Partnership Agreement (hereinafter the "Agreement ") for construction of the Duwamish/ Mill Creek Wetland 5K Reach Ecosystem Restoration Project ( a separable element of the Authorized Project and hereinafter the "Project ", as defined in Article LA of this Agreement); WHEREAS, Section 103 of the Water Resources Development Act of 1986, Public Law 99 -662, as amended, (33 U.S.C. 2213) specifies the cost - sharing requirements applicable to the Project; WHEREAS, Section 902 of the Water Resources Development Act of 1986, Public Law 99 -662, as amended (33 U.S.C. 2280), establishes the maximum amount of costs for the Authorized Project and sets forth procedures for adjusting such maximum amount; DI.B Page 85 of 130 WHEREAS, the Government and a non - Federal interest entered into an agreement, dated February 1, 2010 for engineering and design of the Project (hereinafter the "Design Agreement "), under the terms of which the non - Federal interest contributed a portion of the costs for engineering and design; WHEREAS, Section 221 of the Flood Control Act of 1970, Public Law 91 -611, as amended (42 U.S.C. 19624 -5b), and Section 1030) of the Water Resources Development Act of 1986, Public Law 99 -662, as amended (33 U.S.C. 22130)), provide, inter alia, that the Secretary of the Army shall not commence construction of any water resources project, or separable element thereof, until each non - Federal interest has entered into a written agreement to furnish its required cooperation for the project or separable element; WHEREAS, the Government and Non - Federal Sponsor have the full authority and capability to perform as hereinafter set forth and intend to cooperate in cost - sharing and financing of the Project in accordance with the terms of this Agreement; and WHEREAS, the Government and the Non - Federal Sponsor, in connection with this Agreement, desire to foster a partnering strategy and a working relationship between the Government and the Non - Federal Sponsor through a mutually developed formal strategy of commitment and communication embodied herein, which creates an environment where trust and teamwork prevent disputes, foster a cooperative bond between the Government and the Non - Federal Sponsor, and facilitate the successful implementation of the Project. NOW, THEREFORE, the Government and the Non - Federal Sponsor agree as follows: ARTICLE I - DEFINITIONS A. The term "Project" shall mean construction of a meandering stream channel, dendrites, culvert replacement, and large woody debris placement at the Auburn Environmental Park (Mill Creek Wetland 5K) site, as generally described in the final report of the Chief of Engineers, dated December 29, 2000, and in the "Green/Duwamish River Basin Ecosystem Restoration Study, Final Feasibility Report," dated October 2000. B. The term "total project costs" shall mean the sum of all costs incurred by the Non - Federal Sponsor and the Government in accordance with the terms of this Agreement directly related to construction of the Project. Subject to the provisions of this Agreement, the term shall include, but is not necessarily limited to: the Government's share of Preconstruction Engineering and Design costs pursuant to the terms of the Design Agreement; the value of the contributions provided by a non - Federal interest pursuant to the terms of the Design Agreement; the Government's engineering and design costs during construction; the Non - Federal Sponsor's and the Government's costs of investigations to identify the existence and extent of hazardous substances in accordance with Article XIV.A. of this Agreement; the Government's costs of historic preservation activities in accordance 2 DI.B Page 86 of 130 with Article XVH.A. and Article XVH.B.1. of this Agreement; the Government's costs of monitoring in accordance with Article ILH. and Article ILI. of this Agreement; the Government's costs of adaptive management in accordance with Article ILJ. and Article ILK. of this Agreement; the Government's actual construction costs; the Government's supervision and administration costs; the Non - Federal Sponsor's and the Government's costs of participation in the Project Coordination Team in accordance with Article V of this Agreement; the Government's costs of contract dispute settlements or awards; the value of lands, easements, rights -of -way, relocations, and improvements required on lands, easements, and rights -of -way to enable the disposal of dredged or excavated material for which the Government affords credit in accordance with Article IV of this Agreement or for which reimbursement by the Government is required pursuant to Article II.B.3. of this Agreement; and the Non - Federal Sponsor's and the Government's costs of audit in accordance with Article X.B. and Article X.C. of this Agreement. The term does not include any costs for operation, maintenance, repair, rehabilitation, or replacement of the Project; any costs of betterments under Article ILG.2. of this Agreement; any costs of dispute resolution under Article VII of this Agreement; the Government's costs for data recovery activities associated with historic preservation in accordance with Article XVILB.2. and Article XVILB.3. of this Agreement; or the Non - Federal Sponsor's costs of negotiating this Agreement. C. The term "period of construction" shall mean the time from the date the Government issues the solicitation for the first construction contract for the Project or commences construction of the Project using the Government's own forces, whichever is earlier, to the date that construction, monitoring, and, if necessary, adaptive management of the Project are complete, as determined by the Government, or the date that this Agreement is terminated in accordance with Article XIII or Article XIV.C. of this Agreement, whichever is earlier. D. The term "financial obligations for construction" shall mean the financial obligations of the Government that result or would result in costs that are or would be included in total project costs except for obligations pertaining to the provision of lands, easements, and rights -of -way, the performance of relocations, and the construction of improvements required on lands, easements, and rights -of -way to enable the disposal of dredged or excavated material. E. The term "non - Federal proportionate share" shall mean the ratio of the Non - Federal Sponsor's total contribution of funds required by Article ILB.2. of this Agreement to financial obligations for construction, as projected by the Government. F. The term "higlnvav" shall mean any highway, roadway, street, or way, including any bridge thereof, that is owned by a public entity. G. The term "relocation" shall mean providing a functionally equivalent facility to the owner of a utility, cemetery, highuvav, railroad, or public facility when such action is authorized in accordance with applicable legal principles of just compensation; or providing a functionally equivalent facility when such action is specifically provided for, and is 3 DI.B Page 87 of 130 identified as a relocation, in the authorizing legislation for the Project or any report referenced therein. Providing a functionally equivalent facility may take the form of alteration, lowering, raising, or replacement and attendant demolition of the affected facility or part thereof. H. The term "fanlctionalportion of the Project" shall mean a portion of the Project for which construction has been completed and that can function independently, as determined by the U.S. Army Engineer, Seattle District (hereinafter the "District Engineer ") in writing, although the remainder of the Project is not complete. L The term "betterment" shall mean a difference in the construction of an element of the Project that results from the application of standards that the Government determines exceed those that the Government would otherwise apply to the construction of that element. The term does not include any construction for features not included in the Project as defined in paragraph A. of this Article. J. The term "Federal program fiords" shall mean funds provided by a Federal agency, other than the Department of the Army, plus any non - Federal contribution required as a matching share therefor. K. The term "fiscal veal" shall mean one year beginning on October 1 and ending on September 30. L. The term "monitoring" shall mean activities, including the collection and analysis of data, that are necessary to determine if predicted outputs of the Project are being achieved and to determine if adaptive management is necessary. M. The term "adaptive management" shall mean measures taken to adjust the Project in response to the monitoring results so that the predicted outputs of the Project are achieved following its construction. The term includes, but is not necessarily limited to, modifications of structures, or adjustments to operation or management, of the Project. ARTICLE II - OBLIGATIONS OF THE GOVERNMENT AND THE NON - FEDERAL SPONSOR A. The Government, subject to receiving funds appropriated by the Congress of the United States (hereinafter the "Congress ") and using those funds and funds provided by the Non - Federal Sponsor, expeditiously shall construct the Project, applying those procedures usually applied to Federal projects, in accordance with Federal laws, regulations, and policies. 1. The Government shall not issue the solicitation for the first contract for construction of the Project or commence construction of the Project using the Government's own forces until the Non - Federal Sponsor has confirmed in writing its willingness to proceed with the Project. 4 DI.B Page 88 of 130 2. The Government shall afford the Non - Federal Sponsor the opportunity to review and comment on the solicitations for all contracts, including relevant plans and specifications, prior to the Government's issuance of such solicitations. To the extent possible, the Government shall afford the Non - Federal Sponsor the opportunity to review and comment on all proposed contract modifications, including change orders. In any instance where providing the Non - Federal Sponsor with notification of a contract modification is not possible prior to execution of the contract modification, the Government shall provide such notification in writing at the earliest date possible. To the extent possible, the Government also shall afford the Non - Federal Sponsor the opportunity to review and comment on all contract claims prior to resolution thereof. The Government shall consider in good faith the comments of the Non - Federal Sponsor, but the contents of solicitations, award of contracts or commencement of construction using the Government's own forces, execution of contract modifications, resolution of contract claims, and performance of all work on the Project shall be exclusively within the control of the Government. 3. At the time the District Engineer furnishes the contractor with the Government's Written Notice of Acceptance of Completed Work for each contract awarded by the Government for the Project, the District Engineer shall furnish a copy thereof to the Non - Federal Sponsor. 4. As of the effective date of this Agreement, $18,115,600 of Federal funds have been provided by Congress for the Authorized Project of which $5,000,000 is currently projected to be available for the Project. The Government makes no commitment to request Congress to provide additional Federal funds for the Authorized Project or the Project. Further, the Government's financial participation in the Project is limited to the Federal funds that the Government makes available to the Project. B. The Non - Federal Sponsor shall contribute 35 percent of total project costs in accordance with the provisions of this paragraph. 1. In accordance with Article III of this Agreement, the Non - Federal Sponsor shall provide all lands, easements, and rights -of -way, including those required for relocations, the borrowing of material, and the disposal of dredged or excavated material, shall perform or ensure performance of all relocations, and shall construct improvements required on lands, easements, and rights -of -way to enable the disposal of dredged or excavated material that the Government determines to be required or to be necessary for construction, operation, and maintenance of the Project. 2. The Non - Federal Sponsor shall provide funds in accordance with Article VI.B. of this Agreement in the amount necessary to meet the Non - Federal Sponsor's required share of 35 percent of total project costs if the Government projects at any time that the collective value of the following contributions will be less than such required share: (a) the value of the contributions provided by a non - Federal interest pursuant to the terms of the Design Agreement; (b) the value of the Non - Federal Sponsor's contributions under paragraph B.1. of this Article, as determined in accordance with Article IV of this DI.B Page 89 of 130 Agreement; and (c) the value of the Non - Federal Sponsor's contributions under Article V, Article X, and Article XIV.A. of this Agreement. 3. The Government, subject to the availability of funds, shall refund or reimburse to the Non - Federal Sponsor any contributions in excess of 35 percent of total project costs if the Government determines at any time that the collective value of the following contributions has exceeded 35 percent of totalproject costs: (a) the value of the Non - Federal Sponsor's contributions under paragraph B.2. of this Article; (b) the value of the contributions provided by a non - Federal interest pursuant to the terms of the Design Agreement; (c) the value of the Non - Federal Sponsor's contributions under paragraph B.1. of this Article, as determined in accordance with Article IV of this Agreement; and (d) the value of the Non - Federal Sponsor's contributions under Article V, Article X, and Article XIV.A. of this Agreement. After such a determination, the Government, in its sole discretion, may acquire any remaining lands, easements, and rights -of -way required for the Project, perform any remaining relocations necessary for the Project, or construct any remaining improvements required on lands, easements, and rights -of -way to enable the disposal of dredged or excavated material required for the Project on behalf of the Non - Federal Sponsor. Notwithstanding the acquisition of lands, easements, and rights -of -way, performance of relocations, or construction of improvements required on lands, easements, and rights -of -way to enable the disposal of dredged or excavated material by the Government under this paragraph, the Non - Federal Sponsor shall be responsible, as between the Government and the Non - Federal Sponsor, for any costs of cleanup and response in accordance with Article XIV.C. of this Agreement. C. When the District Engineer determines that, except for monitoring and adaptive management, the entire Project, or a fimctionalportion of the Project, is complete, the District Engineer shall so notify the Non - Federal Sponsor in writing and furnish the Non - Federal Sponsor with a final Operation, Maintenance, Repair, Rehabilitation, and Replacement Manual (hereinafter the "OMRR &R Manual ") or, if the final OMRR &R Manual is not available, an interim OMRR &R Manual for the entire Project or such completed portion. Upon such notification, the Government also shall furnish to the Non - Federal Sponsor a copy of all final as -built drawings for the entire Project or such completed portion if such drawings are available. Not later than 6 months after such notification by the Government that the entire Project is complete, the Government shall furnish the Non - Federal Sponsor with the final OMRR &R Manual and all final as -built drawings for the entire Project. In the event the final OMRR &R Manual or all final as -built drawings for the entire Project cannot be completed within the 6 month period, the Government shall provide written notice to the Non - Federal Sponsor, and the Government and the Non - Federal Sponsor shall negotiate an acceptable completion date for furnishing such documents. Further, after completion of all contracts for the Project, copies of all of the Government's Written Notices of Acceptance of Completed Work for all contracts for the Project that have not been provided previously shall be provided to the Non - Federal Sponsor. D. Upon notification from the District Engineer in accordance with paragraph C. of this Article, the Non - Federal Sponsor shall operate, maintain, repair, rehabilitate, and 6 DI.B Page 90 of 130 replace the entire Project, or the finlctionalportion of the Project as the case may be, in accordance with Article VIII of this Agreement. Concurrent with the Non - Federal Sponsor's performance of operation, maintenance, repair, rehabilitation, and replacement for the completed Project or such completed portion, the Government shall perform monitoring and, if necessary, adaptive management in accordance with the provisions of this Agreement. E. Upon the District Engineer's determination that, except for monitoring and adaptive management, the entire Project is complete, the Government shall conduct an interim accounting, in accordance with Article VLC. of this Agreement, and furnish the results to the Non - Federal Sponsor. Further, upon conclusion of theperiod ofconstruction the Government shall amend the interim accounting to complete the final accounting, in accordance with Article VLC. of this Agreement, and furnish the results to the Non - Federal Sponsor. F. The Non - Federal Sponsor shall not use Federalprogram fiords to meet any of its obligations for the Project under this Agreement unless the Federal agency providing the funds verifies in writing that such funds are authorized to be used to carry out the Project. G. The Non - Federal Sponsor may request the Government to perform or provide, on behalf of the Non - Federal Sponsor, one or more of the services (hereinafter the "additional work ") described in this paragraph. Such requests shall be in writing and shall describe the additional work requested to be performed or provided. If in its sole discretion the Government elects to perform or provide the requested additional work or any portion thereof, it shall so notify the Non - Federal Sponsor in a writing that sets forth any applicable terms and conditions, which must be consistent with this Agreement. In the event of conflict between such a writing and this Agreement, this Agreement shall control. The Non - Federal Sponsor shall be solely responsible for all costs of the additional work performed or provided by the Government under this paragraph and shall pay all such costs in accordance with Article VLD. of this Agreement. 1. Acquisition of lands, easements, and rights -of -way; performance of relocations; or construction of improvements required on lands, easements, and rights -of- way to enable the disposal of dredged or excavated material for the Project. Notwithstanding acquisition of lands, easements, and rights -of -way, performance of relocations, or construction of improvements by the Government, the Non - Federal Sponsor shall be responsible, as between the Government and the Non - Federal Sponsor, for any costs of cleanup and response in accordance with Article XIV.C. of this Agreement. 2. Inclusion of betterments in the construction of the Project. In the event the Government elects to include any such betterments, the Government shall allocate the costs of the Project features that include betterments between total project costs and the costs of the betterments. 7 DI.B Page 91 of 130 H. Prior to completion of construction of the Project, the Government, in consultation with the Non - Federal Sponsor and, as appropriate, other concerned agencies, shall finalize the plan for monitoring of the Project. The monitoring plan shall describe the specific parameters to be monitored; how these parameters relate to achieving the desired outcomes and to ascertaining whether adaptive management measures for the Project will be necessary; methods for measuring those parameters; frequency and duration of monitoring of the Project; criteria for measuring the success of the Project; preparation and distribution of monitoring reports and other coordination requirements; and estimated monitoring costs. L Upon providing notification to the Non - Federal Sponsor that the Project is complete in accordance with paragraph C. of this Article, the Government shall perform monitoring of the Project in accordance with the monitoring plan for a period of 5 consecutive years from the date of such notification. However, the monitoring of the Project by the Government shall end prior to the expiration of such period upon the occurrence of either of the following events: (1) the award of the next contract for monitoring of the Project, or continuation of monitoring of the Project using the Government's own forces, would result in the costs incurred for monitoring and adaptive management of all the features for ecosystem restoration in the Authorized Project exceeding 7 percent of the amount equal to total project costs of the Project plus the costs for all other ecosystem restoration separable elements of the Authorized Project minus the costs for monitoring and adaptive management of all the features for ecosystem restoration in the Authorized Project; or (2) the District Engineer determines that continued monitoring of the Project is not necessary. J. Applying the criteria specified in the monitoring plan, the Government shall determine whether adaptive management of the Project is necessary. The Government may make such a determination at any time during the monitoring period described in paragraph I. of this Article. Within 120 calendar days after the expiration or termination of such monitoring period, the Government shall make a final determination of whether adaptive management of the Project is necessary. In making such determinations, the Government shall consult with the Non - Federal Sponsor and, as appropriate, with other concerned agencies. Upon any determination by the Government that adaptive management of the Project is necessary, the Government shall notify the Non - Federal Sponsor in writing of its determination and expeditiously shall perform such adaptive management in accordance with paragraph K. of this Article. If, after the expiration or termination of such monitoring period, the Government determines that adaptive management of the Project is not necessary, the Government shall notify the Non - Federal Sponsor in writing of its determination and shall conduct a final accounting in accordance with paragraph E. of this Article. K. If the Government determines, pursuant to paragraph J. of this Article, that adaptive management of the Project is necessary, the Government, in consultation with the Non - Federal Sponsor and, as appropriate, other concerned agencies, shall perform adaptive management of the Project in accordance with the provisions of this paragraph and paragraph A. of this Article. 8 DI.B Page 92 of 130 1. In no event shall the award of any contract for adaptive management of the Project, or continuation of adaptive management of the Project using the Government's own forces, result in the costs incurred for monitoring and adaptive management of all the features for ecosystem restoration in the Authorized Project exceeding 7 percent of the amount equal to total project costs of the Project plus the costs for all other ecosystem restoration separable elements of the Authorized Project minus the costs for monitoring and adaptive management of all the features for ecosystem restoration in the Authorized Project. As of the effective date of this Agreement, the costs of monitoring and adaptive management of the entire Authorized Project are estimated to be $8,240,000. As of the effective date of the Agreement, the costs of monitoring and adaptive management of this Project are estimated to be $60,000. 2. When the District Engineer determines that adaptive management of the Project is complete, or that the costs for monitoring and adaptive management have or will exceed the 7 percent amount determined in accordance with sub - paragraph 1. of this paragraph, the District Engineer shall: a) notify the Non - Federal Sponsor in writing of such completion; b) furnish the Non - Federal Sponsor with an amended OMRR &R Manual that reflects any modifications to structures or adjustments to operation or management methods; c) furnish the Non - Federal Sponsor with a copy of any new or revised as -built drawings for the Project; and d) within 30 calendar days after such notice, conduct a final accounting in accordance with paragraph E. of this Article. 3. Upon notification from the District Engineer in accordance with sub- paragraph 2. of this paragraph, the Non - Federal Sponsor shall operate, maintain, repair, rehabilitate, and replace the entire Project in accordance with Article VIII of this Agreement. L. The Non - Federal Sponsor shall prevent obstructions or encroachments on the Project (including prescribing and enforcing regulations to prevent such obstructions or encroachments) such as any new developments on Project lands, easements, and rights -of- way or the addition of facilities which might reduce the outputs produced by the Project, hinder operation and maintenance of the Project, or interfere with the Project's proper function. M. The Non - Federal Sponsor shall not use the Project, or the lands, easements, and rights -of -way required pursuant to Article III of this Agreement, as a wetlands bank or mitigation credit for any other project. ARTICLE III - LANDS, EASEMENTS, RIGHTS -OF -WAY, RELOCATIONS, DISPOSAL AREA IMPROVEMENTS, AND COMPLIANCE WITH PUBLIC LAW 91 -646, AS AMENDED A. The Government, after consultation with the Non - Federal Sponsor, shall determine the lands, easements, and rights -of -way required for construction, operation, and 9 DI.B Page 93 of 130 maintenance of the Project, including those required for relocations, the borrowing of material, and the disposal of dredged or excavated material. The Government in a timely manner shall provide the Non - Federal Sponsor with general written descriptions, including maps as appropriate, of the lands, easements, and rights -of -way that the Government determines the Non - Federal Sponsor must provide, in detail sufficient to enable the Non - Federal Sponsor to fulfill its obligations under this paragraph, and shall provide the Non - Federal Sponsor with a written notice to proceed with acquisition of such lands, easements, and rights -of -way. Prior to the issuance of the solicitation for each Government contract for construction of the Project, or prior to the Government incurring any financial obligations for construction of a portion of the Project using the Government's own forces, the Non - Federal Sponsor shall acquire all lands, easements, and rights -of -way the Government determines the Non - Federal Sponsor must provide for that work and shall provide the Government with authorization for entry thereto. Furthermore, prior to the end of the period of construction, the Non - Federal Sponsor shall acquire all lands, easements, and rights -of -way required for construction, operation, and maintenance of the Project, as set forth in such descriptions, and shall provide the Government with authorization for entry thereto. The Non - Federal Sponsor shall ensure that lands, easements, and rights -of -way that the Government determines to be required for the Project and that were provided by the Non - Federal Sponsor are retained in public ownership for uses compatible with the authorized purposes of the Project. B. The Government, after consultation with the Non - Federal Sponsor, shall determine the relocations necessary for construction, operation, and maintenance of the Project, including those necessary to enable the borrowing of material or the disposal of dredged or excavated material. The Government in a timely manner shall provide the Non - Federal Sponsor with general written descriptions, including maps as appropriate, of such relocations in detail sufficient to enable the Non - Federal Sponsor to fulfill its obligations under this paragraph, and shall provide the Non - Federal Sponsor with a written notice to proceed with such relocations. Prior to the issuance of the solicitation for each Government contract for construction of the Project, or prior to the Government incurring any financial obligations for construction of a portion of the Project using the Government's own forces, the Non - Federal Sponsor shall prepare or ensure the preparation of plans and specifications for, and perform or ensure the performance of, all relocations the Government determines to be necessary for that work. Furthermore, prior to the end of the period of construction, the Non - Federal Sponsor shall perform or ensure performance of all relocations as set forth in such descriptions. C. The Government, after consultation with the Non - Federal Sponsor, shall determine the improvements required on lands, easements, and rights -of -way to enable the disposal of dredged or excavated material associated with construction, operation, and maintenance of the Project. Such improvements may include, but are not necessarily limited to, retaining dikes, wasteweirs, bulkheads, embankments, monitoring features, stilling basins, and de- watering pumps and pipes. The Government in a timely manner shall provide the Non - Federal Sponsor with general written descriptions, including maps as appropriate, of such improvements in detail sufficient to enable the Non - Federal Sponsor to fulfill its obligations under this paragraph, and shall provide the Non - Federal Sponsor with a 10 DI.B Page 94 of 130 written notice to proceed with construction of such improvements. Prior to the issuance of the solicitation for each Government contract for construction of the Project, or prior to the Government incurring any financial obligations for construction of a portion of the Project using the Government's own forces, the Non - Federal Sponsor shall prepare plans and specifications for all improvements the Government determines to be required for the disposal of dredged or excavated material under that contract, submit such plans and specifications to the Government for approval, and provide such improvements in accordance with the approved plans and specifications. Furthermore, prior to the end of the period ofconstruction, the Non - Federal Sponsor shall provide all improvements set forth in such descriptions. D. The Non - Federal Sponsor shall comply with the applicable provisions of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, Public Law 91 -646, as amended (42 U.S.C. 4601- 4655), and the Uniform Regulations contained in 49 C.F.R. Part 24, in acquiring lands, easements, and rights -of -way required for construction, operation, and maintenance of the Project, including those required for relocations, the borrowing of material, or the disposal of dredged or excavated material, and shall inform all affected persons of applicable benefits, policies, and procedures in connection with said Act. ARTICLE IV - CREDIT FOR VALUE OF LANDS, EASEMENTS, RIGHTS -OF -WAY, RELOCATIONS, AND DISPOSAL AREA IMPROVEMENTS A. The Government shall include in total project costs and afford credit toward the Non - Federal Sponsor's share of total project costs for the value of the lands, easements, and rights -of -way that the Non - Federal Sponsor must provide pursuant to Article IILA. of this Agreement; for the value of the relocations that the Non - Federal Sponsor must perform or for which it must ensure performance pursuant to Article IILB. of this Agreement; and for the value of the improvements required on lands, easements, and rights -of -way to enable the disposal of dredged or excavated material that the Non - Federal Sponsor must provide pursuant to Article IILC. of this Agreement. However, no amount shall be included in total project costs, no credit shall be afforded, and no reimbursement shall be provided for the value of any lands, easements, rights -of -way, relocations, or improvements required on lands, easements, and rights -of -way to enable the disposal of dredged or excavated material that have been provided previously as an item of cooperation for another Federal project. In addition, no amount shall be included in total project costs, no credit shall be afforded, and no reimbursement shall be provided for the value of lands, easements, rights -of -way, relocations, or improvements required on lands, easements, and rights -of -way to enable the disposal of dredged or excavated material that were acquired or performed using Federal program fiords unless the Federal agency providing the funds verifies in writing that such funds are authorized to be used to carry out the Project. B. The Non - Federal Sponsor in a timely manner shall provide the Government with such documents as are sufficient to enable the Government to determine the value of any contribution provided pursuant to Article IILA., Article IILB., or Article IILC. of this 11 DI.B Page 95 of 130 Agreement. Upon receipt of such documents, the Government in a timely manner shall determine the value of such contributions for the purpose of including such value in total project costs and for determining the amount of credit to be afforded or reimbursement to be provided in accordance with the provisions of this Agreement. C. For the purposes of determining the value to be included in total project costs and the amount of credit to be afforded or reimbursement to be provided in accordance with this Agreement and except as otherwise provided in paragraph G. of this Article, the value of lands, easements, and rights -of -way, including those required for relocations, the borrowing of material, and the disposal of dredged or excavated material, shall be the fair market value of the real property interests, plus certain incidental costs of acquiring those interests, as determined in accordance with the provisions of this paragraph. 1. Date of Valuation. The fair market value of lands, easements, or rights - of -way owned by the Non - Federal Sponsor on the effective date of this Agreement shall be the fair market value of such real property interests as of the date the Non - Federal Sponsor provides the Government with authorization for entry thereto. The fair market value of lands, easements, or rights -of -way acquired by the Non - Federal Sponsor after the effective date of this Agreement shall be the fair market value of such real property interests at the time the interests are acquired. 2. General Valuation Procedure. Except as provided in paragraph C.3. or paragraph C.5. of this Article, the fair market value of lands, easements, or rights -of -way shall be determined in accordance with the provisions of this paragraph. a. The Non - Federal Sponsor shall obtain, for each real property interest, an appraisal that is prepared by a qualified appraiser who is acceptable to the Non - Federal Sponsor and the Government. The Non - Federal Sponsor shall provide the Government with the appraisal no later than 6 months after the Non - Federal Sponsor provides the Government with an authorization for entry for such real property interest. The appraisal must be prepared in accordance with the applicable rules of just compensation, as specified by the Government. The fair market value shall be the amount set forth in the Non - Federal Sponsor's appraisal, if such appraisal is approved by the Government. In the event the Government does not approve the Non - Federal Sponsor's appraisal, the Non - Federal Sponsor may obtain a second appraisal, and the fair market value shall be the amount set forth in the Non - Federal Sponsor's second appraisal, if such appraisal is approved by the Government. In the event the Government does not approve the Non - Federal Sponsor's second appraisal, the Non - Federal Sponsor chooses not to obtain a second appraisal, or the Non - Federal Sponsor does not provide the first appraisal as required in this paragraph, the Government shall obtain an appraisal, and the fair market value shall be the amount set forth in the Government's appraisal, if such appraisal is approved by the Non - Federal Sponsor. In the event the Non - Federal Sponsor does not approve the Government's appraisal, the Government, after consultation with the Non - Federal Sponsor, shall consider the Government's and the Non - Federal Sponsor's appraisals and determine an amount based thereon, which shall be deemed to be the fair market value. 12 DI.B Page 96 of 130 b. Where the amount paid or proposed to be paid by the Non - Federal Sponsor for the real property interest exceeds the amount determined pursuant to paragraph C.2.a. of this Article, the Government, at the request of the Non - Federal Sponsor, shall consider all factors relevant to determining fair market value and, in its sole discretion, after consultation with the Non - Federal Sponsor, may approve in writing an amount greater than the amount determined pursuant to paragraph C.2.a. of this Article, but not to exceed the amount actually paid or proposed to be paid. If the Government approves such an amount, the fair market value shall be the lesser of the approved amount or the amount paid by the Non - Federal Sponsor, but no less than the amount determined pursuant to paragraph C.2.a. of this Article. 3. Eminent Domain Valuation Procedure. For lands, easements, or rights - of -way acquired by eminent domain proceedings instituted after the effective date of this Agreement, the Non - Federal Sponsor, prior to instituting such proceedings, shall submit to the Government notification in writing of its intent to institute such proceedings and an appraisal of the specific real property interests to be acquired in such proceedings. The Government shall have 60 calendar days after receipt of such a notice and appraisal within which to review the appraisal, if not previously approved by the Government in writing. a. If the Government previously has approved the appraisal in writing, or if the Government provides written approval of, or takes no action on, the appraisal within such 60 day period, the Non - Federal Sponsor shall use the amount set forth in such appraisal as the estimate of just compensation for the purpose of instituting the eminent domain proceeding. b. If the Government provides written disapproval of the appraisal, including the reasons for disapproval, within such 60 day period, the Government and the Non - Federal Sponsor shall consult in good faith to promptly resolve the issues or areas of disagreement that are identified in the Government's written disapproval. If, after such good faith consultation, the Government and the Non - Federal Sponsor agree as to an appropriate amount, then the Non - Federal Sponsor shall use that amount as the estimate of just compensation for the purpose of instituting the eminent domain proceeding. If, after such good faith consultation, the Government and the Non - Federal Sponsor cannot agree as to an appropriate amount, then the Non - Federal Sponsor may use the amount set forth in its appraisal as the estimate of just compensation for the purpose of instituting the eminent domain proceeding. c. For lands, easements, or rights -of -way acquired by eminent domain proceedings instituted in accordance with paragraph C.3. of this Article, fair market value shall be either the amount of the court award for the real property interests taken, to the extent the Government determined such interests are required for construction, operation, and maintenance of the Project, or the amount of any stipulated settlement or portion thereof that the Government approves in writing. 4. Incidental Costs. For lands, easements, or rights -of -way acquired by the Non - Federal Sponsor within a five year period preceding the effective date of this 13 DI.B Page 97 of 130 Agreement, or at any time after the effective date of this Agreement, the value of the interest shall include the documented incidental costs of acquiring the interest, as determined by the Government, subject to an audit in accordance with Article X.C. of this Agreement to determine reasonableness, allocability, and allowability of such costs. In the event the Government modifies its determination made pursuant to Article IILA. of this Agreement, the Government shall afford credit for the documented incidental costs associated with preparing to acquire the lands, easements, or rights -of -way identified in the original determination, subject to an audit in accordance with Article X.C. of this Agreement to determine reasonableness, allocability, and allowability of such costs. Such incidental costs shall include, but not necessarily be limited to, closing and title costs, appraisal costs, survey costs, attorney's fees, plat maps, mapping costs, actual amounts expended for payment of any relocation assistance benefits provided in accordance with Article III.D. of this Agreement, and other payments by the Non - Federal Sponsor for items that are generally recognized as compensable, and required to be paid, by applicable state law due to the acquisition of a real property interest in accordance with Article III of this Agreement. The value of the interests provided by the Non - Federal Sponsor in accordance with Article IILA. of this Agreement shall also include the documented costs of obtaining appraisals pursuant to paragraph C.2. of this Article, as determined by the Government, and subject to an audit in accordance with Article X.C. of this Agreement to determine reasonableness, allocability, and allowability of such costs. 5. Waiver of Appraisal. Except as required by paragraph C.3. of this Article, the Government may waive the requirement for an appraisal pursuant to this paragraph if it determines that an appraisal is unnecessary because the valuation is uncomplicated and that the estimated fair market value of the real property interest is $10,000 or less based upon a review of available data. In such event, the Government and the Non - Federal Sponsor must agree in writing to the value of such real property interest in an amount not in excess of $10,000. D. After consultation with the Non - Federal Sponsor, the Government shall determine the value of relocations in accordance with the provisions of this paragraph. 1. For a relocation other than a highu,av, the value shall be only that portion of relocation costs that the Government determines is necessary to provide a functionally equivalent facility, reduced by depreciation, as applicable, and by the salvage value of any removed items. 2. For a relocation of a highu,av, the value shall be only that portion of relocation costs that would be necessary to accomplish the relocation in accordance with the design standard that the State of Washington would apply under similar conditions of geography and traffic load, reduced by the salvage value of any removed items. 3. Relocation costs shall include, but not necessarily be limited to, actual costs of performing the relocation; planning, engineering and design costs; supervision and administration costs; and documented incidental costs associated with performance of the relocation, as determined by the Government. Relocation costs shall not include any costs 14 DI.B Page 98 of 130 due to betterments, as determined by the Government, nor any additional cost of using new material when suitable used material is available. Relocation costs shall be subject to an audit in accordance with Article X.C. of this Agreement to determine reasonableness, allocability, and allowability of such costs. E. The value of the improvements required on lands, easements, and rights -of -way to enable the disposal of dredged or excavated material shall be the costs of the improvements, as determined by the Government, subject to an audit in accordance with Article X.C. of this Agreement to determine reasonableness, allocability, and allowability of such costs. Such costs shall include, but not necessarily be limited to, actual costs of providing the improvements; planning, engineering and design costs; supervision and administration costs; and documented incidental costs associated with providing the improvements, but shall not include any costs due to betterments, as determined by the Government. F. Any credit afforded or reimbursement provided under the terms of this Agreement for the value of relocations, or improvements required on lands, easements, and rights -of -way to enable the disposal of dredged or excavated material, performed within the Project boundaries is subject to satisfactory compliance with applicable Federal labor laws covering non - Federal construction, including, but not limited to, 40 U.S.C. 3141- 3148 and 40 U.S.C. 3701 -3708 (revising, codifying and enacting without substantive change the provisions of the Davis -Bacon Act (formerly 40 U.S.C. 276a et seq.), the Contract Work Hours and Safety Standards Act (formerly 40 U.S.C. 327 et seq.) and the Copeland Anti - Kickback Act (formerly 40 U.S.C. 276c)). Notwithstanding any other provision of this Agreement, credit or reimbursement may be withheld, in whole or in part, as a result of the Non - Federal Sponsor's failure to comply with its obligations under these laws. G. Where the Government, on behalf of the Non - Federal Sponsor pursuant to Article ILG.1. of this Agreement, acquires lands, easements, or rights -of -way, performs relocations, or constructs improvements required on lands, easements, or rights -of -way to enable the disposal of dredged or excavated material, the value to be included in total project costs and the amount of credit to be afforded or the amount of reimbursement provided in accordance with this Agreement shall be the costs of such work performed or provided by the Government that are paid by the Non - Federal Sponsor in accordance with Article VLD. of this Agreement. In addition, the value to be included in total project costs and the amount of such credit to be afforded or the amount of reimbursement provided in accordance with this Agreement shall include the documented costs incurred by the Non - Federal Sponsor in accordance with the terms and conditions agreed upon in writing pursuant to Article II_G.1. of this Agreement subject to an audit in accordance with Article X.C. of this Agreement to determine reasonableness, allocability, and allowability of such costs. 15 DI.B Page 99 of 130 ARTICLE V - PROJECT COORDINATION TEAM A. To provide for consistent and effective communication, the Non - Federal Sponsor and the Government, not later than 30 calendar days after the effective date of this Agreement, shall appoint named senior representatives to a Project Coordination Team. Thereafter, the Project Coordination Team shall meet regularly until the end of theperiod of construction. The Government's Project Manager and a counterpart named by the Non - Federal Sponsor shall co -chair the Project Coordination Team. B. The Government's Project Manager and the Non - Federal Sponsor's counterpart shall keep the Project Coordination Team informed of the progress of construction and of significant pending issues and actions, and shall seek the views of the Project Coordination Team on matters that the Project Coordination Team generally oversees. C. Until the end of the period of construction, the Project Coordination Team shall generally oversee the Project, including matters related to: plans and specifications; scheduling; real property and relocation requirements; real property acquisition; contract awards and modifications; contract costs; the application of and compliance with 40 U.S.C. 3141 -3148 and 40 U.S.C. 3701 -3708 (revising, codifying and enacting without substantive change the provisions of the Davis -Bacon Act (formerly 40 U.S.C. 276a et seq.), the Contract Work Hours and Safety Standards Act (formerly 40 U.S.C. 327 et seq.) and the Copeland Anti - Kickback Act (formerly 40 U.S.C. 276c)) for relocations and improvements required on lands, easements, and rights -of -way to enable the disposal of dredged or excavated material; the investigations to identify the existence and extent of hazardous substances in accordance with Article XIV.A. of this Agreement; historic preservation activities in accordance with Article XVII of this Agreement; the Government's cost projections; final inspection of the entire Project or finlctionalportions of the Project; preparation of the proposed OMRR &R Manual; finalization of the monitoring plan; performance of monitoring and adaptive management; anticipated requirements and needed capabilities for performance of operation, maintenance, repair, rehabilitation, and replacement of the Project including issuance of permits; and other matters related to the Project. This oversight of the Project shall be consistent with a project management plan developed by the Government after consultation with the Non - Federal Sponsor. D. The Project Coordination Team may make recommendations to the District Engineer on matters related to the Project that the Project Coordination Team generally oversees, including suggestions to avoid potential sources of dispute. The Government in good faith shall consider the recommendations of the Project Coordination Team. The Government, having the legal authority and responsibility for construction of the Project, has the discretion to accept or reject, in whole or in part, the Project Coordination Team's recommendations. E. The Non - Federal Sponsor's costs of participation in the Project Coordination Team shall be included in total project costs and shared in accordance with the provisions of this Agreement, subject to an audit in accordance with Article X.C. of this Agreement 16 D I . B Page 100 of 130 to determine reasonableness, allocability, and allowability of such costs. The Government's costs of participation in the Project Coordination Team shall be included in total project costs and shared in accordance with the provisions of this Agreement. ARTICLE VI - METHOD OF PAYMENT A. In accordance with the provisions of this paragraph, the Government shall maintain current records and provide to the Non - Federal Sponsor current projections of costs, financial obligations, contributions provided by the parties, and the value included in total project costs for lands, easements, rights -of -way, relocations, and improvements required on lands, easements, and rights -of -way to enable the disposal of dredged or excavated material determined in accordance with Article IV of this Agreement. 1. As of the effective date of this Agreement, total project costs are projected to be $5,738,048; the value included in total project costs for lands, easements, rights -of -way, relocations, and improvements required on lands, easements, and rights -of- way to enable the disposal of dredged or excavated material determined in accordance with Article IV of this Agreement is projected to be $900,000; the value of the Non - Federal Sponsor's contributions under Article V, Article X, and Article XIV.A. of this Agreement is projected to be $40,000; the Non - Federal Sponsor's contribution of funds required by Article ILB.2. of this Agreement is projected to be $707,101.80; the non- Federal proportionate share is projected to be 22.26 percent; the Non - Federal Sponsor's contribution of funds required by Article XVILB.3. of this Agreement is projected to be $0; and the Government's total financial obligations for the additional work to be incurred and the Non - Federal Sponsor's contribution of funds for such costs required by Article ILG. of this Agreement are projected to be $0. These amounts and percentage are estimates subject to adjustment by the Government, after consultation with the Non - Federal Sponsor, and are not to be construed as the total financial responsibilities of the Government and the Non - Federal Sponsor. 2. By January 2015 and by each quarterly anniversary thereof until the conclusion of the period of construction and resolution of all relevant claims and appeals and eminent domain proceedings, the Government shall provide the Non - Federal Sponsor with a report setting forth all contributions provided to date and the current projections of the following: total project costs; the value included in total project costs for lands, easements, rights -of -way, relocations, and improvements required on lands, easements, and rights -of -way to enable the disposal of dredged or excavated material determined in accordance with Article IV of this Agreement; the value of the Non - Federal Sponsor's contributions under Article V, Article X, and Article XIV.A. of this Agreement; the Non - Federal Sponsor's total contribution of funds required by Article ILB.2. of this Agreement; the non - Federal proportionate share; the Non - Federal Sponsor's total contribution of funds required by Article XVILB.3. of this Agreement; the total contribution of funds required from the Non - Federal Sponsor for the upcoming fiscal year; the maximum amount determined in accordance with Article XX of this Agreement; and the Government's total financial obligations for additional work incurred 17 DI.B Page 101 of 130 and the Non - Federal Sponsor's contribution of funds for such costs required by Article II.G. of this Agreement. B. The Non - Federal Sponsor shall provide the contributions of funds required by Article ILB.2. and Article XVILB.3. of this Agreement in accordance with the provisions of this paragraph. 1. Not less than 30 calendar days prior to the scheduled date for issuance of the solicitation for the first contract for construction of the Project or commencement of construction of the Project using the Government's own forces, the Government shall notify the Non - Federal Sponsor in writing of such scheduled date and the funds the Government determines to be required from the Non - Federal Sponsor, after consideration of any cash contribution provided by a non - Federal interest pursuant to the terms of the Design Agreement, to meet: (a) the non- Federalproportionate share of financial obligations for construction incurred prior to the commencement of the period of construction; (b) the projected non- Federalproportionate share of financial obligations for construction to be incurred in the first fiscal fiscal vear; or, if use of a continuing contract has been approved pursuant to Federal laws, regulations, and policies, the projected non - Federalproportionate share of financial obligations for construction through the first fiscal vear; and (c) the Non - Federal Sponsor's share of the projected financial obligations for data recovery activities associated with historic preservation pursuant to Article XVILB.3. of this Agreement to be incurred in the first fiscal vear; or, if use of a continuing contract has been approved pursuant to Federal laws, regulations, and policies, the Non - Federal Sponsor's share of the projected financial obligations for data recovery activities associated with historic preservation pursuant to Article XVILB.3. of this Agreement through the first fiscal vear. Not later than such scheduled date, the Non - Federal Sponsor shall provide the Government with the full amount of such required funds by delivering a check payable to "FAO, USAED, Seattle District " to the District Engineer, or verifying to the satisfaction of the Government that the Non - Federal Sponsor has deposited such required funds in an escrow or other account acceptable to the Government, with interest accruing to the Non - Federal Sponsor, or by presenting the Government with an irrevocable letter of credit acceptable to the Government for such required funds, or by providing an Electronic Funds Transfer of such required funds in accordance with procedures established by the Government. 2. Thereafter, until the construction of the Project is complete, the Government shall notify the Non - Federal Sponsor in writing of the funds the Government determines to be required from the Non - Federal Sponsor, and the Non - Federal Sponsor shall provide such funds in accordance with the provisions of this paragraph. a. Where the Government will use a continuing contract approved pursuant to Federal laws, regulations, and policies to make financial obligations for construction of the Project or financial obligations for data recovery activities associated with historic preservation pursuant to Article XVII.B.3. of this Agreement, the Government shall notify the Non - Federal Sponsor in writing, no later than 60 calendar days prior to the beginning of each fiscal vear in which the Government projects that it 18 D I . B Page 102 of 130 will make such financial obligations, of the funds the Government determines to be required from the Non - Federal Sponsor, after consideration of any cash contribution provided by a non - Federal interest pursuant to the terms of the Design Agreement, to meet: (a) the projected non- Federalproportionate share of financial obligations for construction for that fiscal vear for such continuing contract and (b) the Non - Federal Sponsor's share of the projected financial obligations for data recovery activities associated with historic preservation pursuant to Article XVILB.3. of this Agreement for that fiscal vear for such continuing contract. No later than 30 calendar days prior to the beginning of that fiscal vear, the Non - Federal Sponsor shall make the full amount of such required funds for that fiscal fiscal vear available to the Government through any of the payment mechanisms specified in paragraph B.1. of this Article. b. For each contract for the Project where the Government will not use a continuing contract to make financial obligations for construction or financial obligations for data recovery activities associated with historic preservation pursuant to Article XVILB.3. of this Agreement, the Government shall notify the Non - Federal Sponsor in writing, no later than 60 calendar days prior to the scheduled date for issuance of the solicitation for such contract, of the funds the Government determines to be required from the Non - Federal Sponsor, after consideration of any cash contribution provided by a non - Federal interest pursuant to the terms of the Design Agreement, to meet: (a) the projected non - Federal proportionate share of financial obligations for construction to be incurred for such contract and (b) the Non - Federal Sponsor's share of the projected financial obligations for data recovery activities associated with historic preservation pursuant to Article XVILB.3. of this Agreement to be incurred for such contract. No later than such scheduled date, the Non - Federal Sponsor shall make the full amount of such required funds available to the Government through any of the payment mechanisms specified in paragraph B.1. of this Article. c. Where the Government projects that it will make financial obligations for construction of the Project using the Government's own forces or financial obligations for data recovery activities associated with historic preservation pursuant to Article XVILB.3. of this Agreement using the Government's own forces, the Government shall notify the Non - Federal Sponsor in writing, no later than 60 calendar days prior to the beginning of each fiscal vear in which the Government projects that it will make such financial obligations, of the funds the Government determines to be required from the Non - Federal Sponsor, after consideration of any cash contribution provided by a non - Federal interest pursuant to the terms of the Design Agreement, to meet: (a) the projected non - Federal proportionate share of financial obligations for construction using the Government's own forces for that fiscal vear and (b) the Non - Federal Sponsor's share of the projected financial obligations for data recovery activities associated with historic preservation pursuant to Article XVII.B.3. of this Agreement using the Government's own forces for that fiscal vear. No later than 30 calendar days prior to the beginning of that fiscal vear, the Non - Federal Sponsor shall make the full amount of such required funds for that fiscal vear available to the Government through any of the payment mechanisms specified in paragraph B.1. of this Article. 19 D I . B Page 103 of 130 3. The Government shall draw from the funds provided by the Non - Federal Sponsor such sums as the Government deems necessary, after consideration of any contributions provided by a non - Federal interest pursuant to the terms of the Design Agreement, to cover: (a) the non - Federal proportionate share of financial obligations for construction incurred prior to the commencement of the period of construction; (b) the non- Federalproportionate share of financial obligations for construction as financial obligations for construction are incurred; and (c) the Non - Federal Sponsor's share of financial obligations for data recovery activities associated with historic preservation pursuant to Article XVILB.3. of this Agreement as those financial obligations are incurred. If at any time the Government determines that additional funds will be needed from the Non - Federal Sponsor to cover the Non - Federal Sponsor's share of such financial obligations in the current. fiscal vear, the Government shall notify the Non - Federal Sponsor in writing of the additional funds required and provide an explanation of why additional funds are required. Within 60 calendar days from receipt of such notice, the Non - Federal Sponsor shall provide the Government with the full amount of such additional required funds through any of the payment mechanisms specified in paragraph B.1. of this Article. C. Upon the District Engineer's determination that, except for monitoring and adaptive management, the entire Project is complete and all relevant claims and appeals and eminent domain proceedings have been resolved, the Government shall conduct an interim accounting and furnish the results to the Non - Federal Sponsor. Further, upon conclusion of the period of construction and resolution of all relevant claims and appeals and eminent domain proceedings, the Government shall amend the interim accounting to complete the final accounting and furnish the results to the Non - Federal Sponsor. If outstanding relevant claims and appeals or eminent domain proceedings prevent a final accounting from being conducted in a timely manner, the Government shall conduct an interim accounting or amend the previous interim accounting, as applicable, and furnish the Non - Federal Sponsor with written notice of the results of such interim or amended interim accounting, as applicable. Once all outstanding relevant claims and appeals and eminent domain proceedings are resolved, the Government shall complete the final accounting and furnish the Non - Federal Sponsor with written notice of the results of such final accounting. The interim or final accounting, as applicable, shall determine total project costs and the costs of any data recovery activities associated with historic preservation. In addition, for each set of costs, the interim or final accounting, as applicable, shall determine each party's required share thereof, and each party's total contributions thereto as of the date of such accounting. 1. Should the interim or final accounting, as applicable, show that the Non - Federal Sponsor's total required shares of total project costs and the costs of any data recovery activities associated with historic preservation exceed the Non - Federal Sponsor's total contributions provided thereto, the Non - Federal Sponsor, no later than 90 calendar days after receipt of written notice from the Government, shall make a payment to the Government in an amount equal to the difference by delivering a check payable to "FAO, USAED, Seattle District" to the District Engineer or by providing an Electronic Funds Transfer in accordance with procedures established by the Government. 20 DI.B Page 104 of 130 2. Should the interim or final accounting, as applicable, show that the total contributions provided by the Non - Federal Sponsor for total project costs and the costs of any data recovery activities associated with historic preservation exceed the Non - Federal Sponsor's total required shares thereof, the Government, subject to the availability of funds, shall refund or reimburse the excess amount to the Non - Federal Sponsor within 90 calendar days of the date of completion of such accounting. In the event the Non - Federal Sponsor is due a refund or reimbursement and funds are not available to refund or reimburse the excess amount to the Non - Federal Sponsor, the Government shall seek such appropriations as are necessary to make the refund or reimbursement. D. The Non - Federal Sponsor shall provide the contribution of funds required by Article ILG. of this Agreement for additional work in accordance with the provisions of this paragraph. 1. Not less than 90 calendar days prior to the scheduled date for the first financial obligation for additional work, the Government shall notify the Non - Federal Sponsor in writing of such scheduled date and of the full amount of funds the Government determines to be required from the Non - Federal Sponsor to cover the costs of the additional work. No later than 30 calendar days prior to the Government incurring any financial obligation for additional work, the Non - Federal Sponsor shall provide the Government with the full amount of the funds required to cover the costs of such additional work through any of the payment mechanisms specified in paragraph B.1. of this Article. 2. The Government shall draw from the funds provided by the Non - Federal Sponsor such sums as the Government deems necessary to cover the Government's financial obligations for such additional work as they are incurred. If at any time the Government determines that the Non - Federal Sponsor must provide additional funds to pay for such additional work, the Government shall notify the Non - Federal Sponsor in writing of the additional funds required and provide an explanation of why additional funds are required. Within 30 calendar days from receipt of such notice, the Non - Federal Sponsor shall provide the Government with the full amount of such additional required funds through any of the payment mechanisms specified in paragraph B.1. of this Article. 3. At the time the Government conducts the interim or final accounting, as applicable, the Government shall conduct an accounting of the Government's financial obligations for additional work incurred and furnish the Non - Federal Sponsor with written notice of the results of such accounting. If outstanding relevant claims and appeals or eminent domain proceedings prevent a final accounting of additional work from being conducted in a timely manner, the Government shall conduct an interim accounting of additional work and furnish the Non - Federal Sponsor with written notice of the results of such interim accounting. Once all outstanding relevant claims and appeals and eminent domain proceedings are resolved, the Government shall amend the interim accounting of additional work to complete the final accounting of additional work and 21 D I . B Page 105 of 130 furnish the Non - Federal Sponsor with written notice of the results of such final accounting. Such interim or final accounting, as applicable, shall determine the Government's total financial obligations for additional work and the Non - Federal Sponsor's contribution of funds provided thereto as of the date of such accounting. a. Should the interim or final accounting, as applicable, show that the total obligations for additional work exceed the total contribution of funds provided by the Non - Federal Sponsor for such additional work, the Non - Federal Sponsor, no later than 90 calendar days after receipt of written notice from the Government, shall make a payment to the Government in an amount equal to the difference by delivering a check payable to "FAO, USAED, Seattle District" to the District Engineer or by providing an Electronic Funds Transfer in accordance with procedures established by the Government. b. Should the interim or final accounting, as applicable, show that the total contribution of funds provided by the Non - Federal Sponsor for additional work exceeds the total obligations for such additional work, the Government, subject to the availability of funds, shall refund the excess amount to the Non - Federal Sponsor within 90 calendar days of the date of completion of such accounting. In the event the Non - Federal Sponsor is due a refund and funds are not available to refund the excess amount to the Non - Federal Sponsor, the Government shall seek such appropriations as are necessary to make the refund. ARTICLE VII - DISPUTE RESOLUTION As a condition precedent to a party bringing any suit for breach of this Agreement, that party must first notify the other party in writing of the nature of the purported breach and seek in good faith to resolve the dispute through negotiation. If the parties cannot resolve the dispute through negotiation, they may agree to a mutually acceptable method of non - binding alternative dispute resolution with a qualified third party acceptable to both parties. Each party shall pay an equal share of any costs for the services provided by such a third party as such costs are incurred. The existence of a dispute shall not excuse the parties from performance pursuant to this Agreement. ARTICLE VIII - OPERATION, MAINTENANCE, REPAIR, REHABILITATION, AND REPLACEMENT (OMRR &R) A. Upon receipt of the notification from the District Engineer in accordance with Article ILC. of this Agreement and for so long as the Project remains authorized, the Non - Federal Sponsor, pursuant to Article ILD. of this Agreement, shall operate, maintain, repair, rehabilitate, and replace the entire Project or fimctionalportion of the Project, at no cost to the Government. The Non - Federal Sponsor shall conduct its operation, maintenance, repair, rehabilitation, and replacement responsibilities in a manner compatible with the Project's authorized purposes and in accordance with applicable Federal and State laws as provided in Article XI of this Agreement and specific directions prescribed by the Government in the interim or final OMRR &R Manual and any subsequent amendments thereto. 22 D I . B Page 106 of 130 B. The Non - Federal Sponsor hereby gives the Government a right to enter, at reasonable times and in a reasonable manner, upon property that the Non - Federal Sponsor now or hereafter owns or controls for access to the Project for the purpose of inspection and, if necessary, for the purpose of completing, operating, maintaining, repairing, rehabilitating, or replacing the Project. If an inspection shows that the Non - Federal Sponsor for any reason is failing to perform its obligations under this Agreement, the Government shall send a written notice describing the non - performance to the Non - Federal Sponsor. If, after 30 calendar days from receipt of such written notice by the Government, the Non - Federal Sponsor continues to fail to perform, then the Government shall have the right to enter, at reasonable times and in a reasonable manner, upon property that the Non - Federal Sponsor now or hereafter owns or controls for the purpose of completing, operating, maintaining, repairing, rehabilitating, or replacing the Project. No completion, operation, maintenance, repair, rehabilitation, or replacement by the Government shall relieve the Non - Federal Sponsor of responsibility to meet the Non - Federal Sponsor's obligations as set forth in this Agreement, or to preclude the Government from pursuing any other remedy at law or equity to ensure faithful performance pursuant to this Agreement. ARTICLE IX — HOLD AND SAVE The Non - Federal Sponsor shall hold and save the Government free from all damages arising from construction, monitoring, adaptive management, operation, maintenance, repair, rehabilitation, and replacement of the Project and any betterments, except for damages due to the fault or negligence of the Government or its contractors. ARTICLE X - MAINTENANCE OF RECORDS AND AUDIT A. Not later than 60 calendar days after the effective date of this Agreement, the Government and the Non - Federal Sponsor shall develop procedures for keeping books, records, documents, or other evidence pertaining to costs and expenses incurred pursuant to this Agreement. These procedures shall incorporate, and apply as appropriate, the standards for financial management systems set forth in the Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments at 32 C.F.R. Section 33.20. The Government and the Non - Federal Sponsor shall maintain such books, records, documents, or other evidence in accordance with these procedures and for a minimum of three years after completion of the accounting for which such books, records, documents, or other evidence were required. To the extent permitted under applicable Federal laws and regulations, the Government and the Non - Federal Sponsor shall each allow the other to inspect such books, records, documents, or other evidence. B. In accordance with 32 C.F.R. Section 33.26, the Non - Federal Sponsor is responsible for complying with the Single Audit Act Amendments of 1996 (31 U.S.C. 7501- 7507), as implemented by Office of Management and Budget (OMB) Circular No. A -133 and Department of Defense Directive 7600.10. Upon request of the Non - Federal Sponsor and to the extent permitted under applicable Federal laws and regulations, the Government 23 D I . B Page 107 of 130 shall provide to the Non - Federal Sponsor and independent auditors any information necessary to enable an audit of the Non - Federal Sponsor's activities under this Agreement. The costs of any non - Federal audits performed in accordance with this paragraph shall be allocated in accordance with the provisions of OMB Circulars A -87 and A -133, and such costs as are allocated to the Project shall be included in total project costs and shared in accordance with the provisions of this Agreement. C. In accordance with 31 U.S.C. 7503, the Government may conduct audits in addition to any audit that the Non - Federal Sponsor is required to conduct under the Single Audit Act Amendments of 1996. Any such Government audits shall be conducted in accordance with Government Auditing Standards and the cost principles in OMB Circular No. A -87 and other applicable cost principles and regulations. The costs of Government audits performed in accordance with this paragraph shall be included in total project costs and shared in accordance with the provisions of this Agreement. ARTICLE XI - FEDERAL AND STATE LAWS In the exercise of their respective rights and obligations under this Agreement, the Non - Federal Sponsor and the Government shall comply with all applicable Federal and State laws and regulations, including, but not limited to: Section 601 of the Civil Rights Act of 1964, Public Law 88 -352 (42 U.S.C. 20004) and Department of Defense Directive 5500.11 issued pursuant thereto; Army Regulation 600 -7, entitled "Nondiscrimination on the Basis of Handicap in Programs and Activities Assisted or Conducted by the Department of the Army "; and all applicable Federal labor standards requirements including, but not limited to, 40 U.S.C. 3141 -3148 and 40 U.S.C. 3701 -3708 (revising, codifying and enacting without substantive change the provisions of the Davis -Bacon Act (formerly 40 U.S.C. 276a et seq.), the Contract Work Hours and Safety Standards Act (formerly 40 U.S.C. 327 et seq.) and the Copeland Anti - Kickback Act (formerly 40 U.S.C. 276c)). ARTICLE XII - RELATIONSHIP OF PARTIES A. In the exercise of their respective rights and obligations under this Agreement, the Government and the Non - Federal Sponsor each act in an independent capacity, and neither is to be considered the officer, agent, or employee of the other. B. In the exercise of its rights and obligations under this Agreement, neither party shall provide, without the consent of the other party, any contractor with a release that waives or purports to waive any rights the other party may have to seek relief or redress against that contractor either pursuant to any cause of action that the other party may have or for violation of any law. 24 D I . B Page 108 of 130 ARTICLE XIII - TERMINATION OR SUSPENSION A. If at any time the Non - Federal Sponsor fails to fulfill its obligations under this Agreement, the Assistant Secretary of the Army (Civil Works) shall terminate this Agreement or suspend future performance under this Agreement unless the Assistant Secretary of the Army (Civil Works) determines that continuation of work on the Project is in the interest of the United States or is necessary in order to satisfy agreements with any other non - Federal interests in connection with the Project. B. In the event the Government projects that the amount of Federal funds the Government will make available to the Project through the then - current fiscal vear, or the amount of Federal funds the Government will make available for the Project through the upcoming fiscal vear, is not sufficient to meet the Federal share of totalproject costs and the Federal share of costs for data recovery activities associated with historic preservation in accordance with Article XVILB.2. and Article XVILB.3. of this Agreement that the Government projects to be incurred through the then - current or upcoming fiscal vear, as applicable, the Government shall notify the Non - Federal Sponsor in writing of such insufficiency of funds and of the date the Government projects that the Federal funds that will have been made available to the Project will be exhausted. Upon the exhaustion of Federal funds made available by the Government to the Project, future performance under this Agreement shall be suspended. Such suspension shall remain in effect until such time that the Government notifies the Non - Federal Sponsor in writing that sufficient Federal funds are available to meet the Federal share of total project costs and the Federal share of costs for data recovery activities associated with historic preservation in accordance with Article XVILB.2. and Article XVILB.3. of this Agreement the Government projects to be incurred through the then - current or upcoming fiscal vear, or the Government or the Non - Federal Sponsor elects to terminate this Agreement. C. In the event that the Government and the Non - Federal Sponsor determine to suspend future performance under this Agreement in accordance with Article XIV.C. of this Agreement, such suspension shall remain in effect until the Government and the Non - Federal Sponsor agree to proceed or to terminate this Agreement. In the event that the Government suspends future performance under this Agreement in accordance with Article XIV.C. of this Agreement due to failure to reach agreement with the Non - Federal Sponsor on whether to proceed or to terminate this Agreement, or the failure of the Non - Federal Sponsor to provide funds to pay for cleanup and response costs or to otherwise discharge the Non - Federal Sponsor's responsibilities under Article XIV.C. of this Agreement, such suspension shall remain in effect until: 1) the Government and Non - Federal Sponsor reach agreement on how to proceed or to terminate this Agreement; 2) the Non - Federal Sponsor provides funds necessary to pay for cleanup and response costs and otherwise discharges its responsibilities under Article XIV.C. of this Agreement; 3) the Government continues work on the Project; or 4) the Government terminates this Agreement in accordance with the provisions of Article XIV.C. of this Agreement. D. In the event that this Agreement is terminated pursuant to this Article or Article XIV.C. of this Agreement, both parties shall conclude their activities relating to the Project 25 D I . B Page 109 of 130 and conduct an accounting in accordance with Article VLC. of this Agreement. To provide for this eventuality, the Government may reserve a percentage of total Federal funds made available for the Project and an equal percentage of the total funds contributed by the Non - Federal Sponsor in accordance with Article ILB.2. and Article XVILB.3. of this Agreement as a contingency to pay costs of termination, including any costs of resolution of contract claims and contract modifications. E. Any termination of this Agreement or suspension of future performance under this Agreement in accordance with this Article or Article XIV.C. of this Agreement shall not relieve the parties of liability for any obligation previously incurred. Any delinquent payment owed by the Non - Federal Sponsor shall be charged interest at a rate, to be determined by the Secretary of the Treasury, equal to 150 per centum of the average bond equivalent rate of the 13 week Treasury bills auctioned immediately prior to the date on which such payment became delinquent, or auctioned immediately prior to the beginning of each additional 3 month period if the period of delinquency exceeds 3 months. ARTICLE XIV - HAZARDOUS SUBSTANCES A. After execution of this Agreement and upon direction by the District Engineer, the Non - Federal Sponsor shall perform, or ensure performance of, any investigations for hazardous substances that the Government or the Non - Federal Sponsor determines to be necessary to identify the existence and extent of any hazardous substances regulated under the Comprehensive Environmental Response, Compensation, and Liability Act (hereinafter "CERCLA ") (42 U.S.C. 9601- 9675), that may exist in, on, or under lands, easements, and rights -of -way that the Government determines, pursuant to Article III of this Agreement, to be required for construction, operation, and maintenance of the Project. However, for lands, easements, and rights -of -way that the Government determines to be subject to the navigation servitude, only the Government shall perform such investigations unless the District Engineer provides the Non - Federal Sponsor with prior specific written direction, in which case the Non - Federal Sponsor shall perform such investigations in accordance with such written direction. 1. All actual costs incurred by the Non - Federal Sponsor for such investigations for hazardous substances shall be included in total project costs and shared in accordance with the provisions of this Agreement, subject to an audit in accordance with Article X.C. of this Agreement to determine reasonableness, allocability, and allowability of such costs. 2. All actual costs incurred by the Government for such investigations for hazardous substances shall be included in total project costs and shared in accordance with the provisions of this Agreement. B. In the event it is discovered through any investigation for hazardous substances or other means that hazardous substances regulated under CERCLA exist in, on, or under any lands, easements, or rights -of -way that the Government determines, pursuant to Article III of this Agreement, to be required for construction, operation, and maintenance of the 26 DI.B Page 110 of 130 Project, the Non - Federal Sponsor and the Government, in addition to providing any other notice required by applicable law, shall provide prompt written notice to each other, and the Non - Federal Sponsor shall not proceed with the acquisition of the real property interests until the parties agree that the Non - Federal Sponsor should proceed. C. The Government and the Non - Federal Sponsor shall determine whether to initiate construction of the Project, or, if already in construction, whether to continue with construction of the Project, suspend future performance under this Agreement, or terminate this Agreement for the convenience of the Government, in any case where hazardous substances regulated under CERCLA are found to exist in, on, or under any lands, easements, or rights -of -way that the Government determines, pursuant to Article III of this Agreement, to be required for construction, operation, and maintenance of the Project. Should the Government and the Non - Federal Sponsor determine to initiate or continue with construction of the Project after considering any liability that may arise under CERCLA, the Non - Federal Sponsor shall be responsible, as between the Government and the Non - Federal Sponsor, for the costs of cleanup and response, including the costs of any studies and investigations necessary to determine an appropriate response to the contamination. Such costs shall not be considered a part of total project costs. In the event the Non - Federal Sponsor does not reach agreement with the Government on whether to proceed or to terminate this Agreement under this paragraph, or fails to provide any funds necessary to pay for cleanup and response costs or to otherwise discharge the Non - Federal Sponsor's responsibilities under this paragraph upon direction by the Government, the Government, in its sole discretion, may either terminate this Agreement for the convenience of the Government, suspend future performance under this Agreement, or continue work on the Project. D. The Non - Federal Sponsor and the Government shall consult with each other in accordance with Article V of this Agreement in an effort to ensure that responsible parties bear any necessary cleanup and response costs as defined in CERCLA. Any decision made pursuant to paragraph C. of this Article shall not relieve any third party from any liability that may arise under CERCLA. E. As between the Government and the Non - Federal Sponsor, the Non - Federal Sponsor shall be considered the operator of the Project for purposes of CERCLA liability. To the maximum extent practicable, the Non - Federal Sponsor shall operate, maintain, repair, rehabilitate, and replace the Project in a manner that will not cause liability to arise under CERCLA. ARTICLE XV - NOTICES A. Any notice, request, demand, or other communication required or permitted to be given under this Agreement shall be deemed to have been duly given if in writing and delivered personally or sent by telegram or mailed by first- class, registered, or certified mail, as follows: 27 DI.B Page 111 of 130 If to the Non - Federal Sponsor: Environmental Services Manager City of Auburn 25 West Main Street Auburn, WA 98001 If to the Government: Chief, Planning Branch, PPMD Seattle District, Corps of Engineers P.O. Box 3755 Seattle, WA 98124 -3755 B. A party may change the address to which such communications are to be directed by giving written notice to the other party in the manner provided in this Article. C. Any notice, request, demand, or other communication made pursuant to this Article shall be deemed to have been received by the addressee at the earlier of such time as it is actually received or seven calendar days after it is mailed. ARTICLE XVI - CONFIDENTIALITY To the extent permitted by the laws governing each party, the parties agree to maintain the confidentiality of exchanged information when requested to do so by the providing party. ARTICLE XVII - HISTORIC PRESERVATION A. The Government, as it determines necessary for the Project, shall perform any identification, survey, or evaluation of historic properties. Any costs incurred by the Government for such work shall be included in total project costs and shared in accordance with the provisions of this Agreement. B. The Government, as it determines necessary for the Project, shall perform or ensure the performance of any mitigation activities or actions for historic properties or that are otherwise associated with historic preservation including data recovery activities. 1. Any costs incurred by the Government for such mitigation activities, except for data recovery activities associated with historic preservation, shall be included in total project costs and shared in accordance with the provisions of this Agreement. 2. As specified in Section 7(a) of Public Law 86 -523, as amended by Public Law 93 -291 (16 U.S.C. 469c(a)), the costs of data recovery activities associated with 28 DI.B Page 112 of 130 historic preservation shall be borne entirely by the Government and shall not be included in total project costs, up to the statutory limit of one percent of the total amount authorized to be appropriated to the Government for the Project. 3. The Government shall not incur costs for data recovery activities associated with historic preservation that exceed the statutory one percent limit specified in paragraph B.2. of this Article unless and until the Assistant Secretary of the Army (Civil Works) has waived that limit and the Secretary of the Interior has concurred in the waiver in accordance with Section 208(3) of Public Law 96 -515, as amended (16 U.S.C. 469c- 2(3)). Any costs of data recovery activities associated with historic preservation that exceed the one percent limit shall not be included in total project costs but shall be shared between the Non - Federal Sponsor and the Government consistent with the cost sharing requirements for ecosystem restoration, as follows: 35 percent will be borne by the Non - Federal Sponsor and 65 percent will be borne by the Government. C. If, during its performance of relocations or construction of improvements required on lands, easements, and rights -of -way to enable the disposal of dredged or excavated material in accordance with Article III of this Agreement, the Non - Federal Sponsor discovers historic properties or other cultural resources that have not been evaluated by the Government pursuant to this Article, the Non - Federal Sponsor shall provide prompt written notice to the Government of such discovery. The Non - Federal Sponsor shall not proceed with performance of the relocation or construction of the improvement that is related to such discovery until the Government provides written notice to the Non - Federal Sponsor that it should proceed with such work. ARTICLE XVIII - THIRD PARTY RIGHTS, BENEFITS, OR LIABILITIES Nothing in this Agreement is intended, nor may be construed, to create any rights, confer any benefits, or relieve any liability, of any kind whatsoever in any third person not party to this Agreement. ARTICLE XIX- NON - LIABILITY OF OFFICERS AND EMPLOYEES No officer, agent, consultant, or employee of the Non - Federal Sponsor, nor any officer, agent, consultant, or employee of the Government, may be charged personally, or held liable, under the terms or provisions of this Agreement because of any breach, attempted breach, or alleged breach thereof, except as provided in Section 912(b) of the Water Resources Development Act of 1986, Public Law 99 -662, as amended (42 U.S.C. 19624 -5b note), or other applicable law. ARTICLE XX - SECTION 902 MAXIMUM COST OF PROJECT The Non - Federal Sponsor understands that Section 902 of the Water Resources Development Act of 1986, Public Law 99 -662, as amended (33 U.S.C. 2280) establishes the maximum amount of total costs for the Authorized Project, of which the Project is a separable element. On the effective date of this Agreement, the maximum amount of total 29 DI.B Page 113 of 130 costs for the Authorized Project, which is the sum of totalproject costs for the Project and the costs for all other separable elements of the Authorized Project, is estimated to be $215,454,000, as calculated in accordance with Engineer Regulation 1105 -2 -100, using October 1, 2013 price levels, and including allowances for projected future inflation. The Government shall adjust such maximum amount of total costs for the Authorized Project, in accordance with Section 902 of the Water Resources Development Act of 1986, Public Law 99 -662, as amended (33 U.S.C. 2280), when necessary. IN WITNESS WHEREOF, the parties hereto have executed this Agreement, which shall become effective upon the date it is signed by the District Engineer. DEPARTMENT OF THE ARMY BY: John G. Buck Colonel, Corps of Engineers District Engineer DATE: CITY OF AUBURN BY: Nancy Backus Mayor DATE: 30 DI.B Page 114 of 130 CERTIFICATE OF AUTHORITY I, , do hereby certify that I am the principal legal officer of the City of Auburn, that the City of Auburn is a legally constituted public body with full authority and legal capability to perform the terms of the Agreement between the Department of the Army and the City of Auburn in connection with the Duwamish/Mill Creek Wetland 5K Reach Ecosystem Restoration Project, and to pay damages, if necessary, in the event of the failure to perform in accordance with the terms of this Agreement, as required by Section 221 of the Flood Control Act of 1970, Public Law 91 -611, as amended (42 U.S.C. 19624 -5b), and that the persons who have executed this Agreement on behalf of the City of Auburn have acted within their statutory authority. IN WITNESS WHEREOF, I have made and executed this certification this day of 20 Daniel B. Heid Senior Counsel 31 DI.B Page 115 of 130 CERTIFICATION REGARDING LOBBYING The undersigned certifies, to the best of his or her knowledge and belief that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Nancy Backus Mayor, City of Auburn DATE: 32 DI.B Page 116 of 130 NON - FEDERAL SPONSOR'S SELF - CERTIFICATION OF FINANCIAL CAPABILITY FOR AGREEMENTS I, , do hereby certify that I am the Chief Financial Officer of the City of Auburn (the "Non- Federal Sponsor "), that I am aware of the financial obligations of the Non- Federal Sponsor for the Duwamish/Mill Creek Wetland 5K Reach Ecosystem Restoration Project: and that the Non- Federal Sponsor has the financial capability to satisfy the Non- Federal Sponsor's obligations under the Project Partnership Agreement Between the Department of the Anuy and the City of Auburn For Construction of the Duwamish/Mill Creek Wetland 5K Reach Ecosystem Restoration Project. IN WITNESS WHEREOF, I have made and executed this certification this day of 17-M TITLE: Finance Director, City of Auburn DATE: 33 DI.B Page 117 of 130 ,IIYO1: 'A U, B UR . N VVAS1IIN61CIN' Agenda Subject: Capital Project Status Report Department: Public Works AGENDA BILL APPROVAL FORM Date: July 16, 2014 Attachments: Budget Impact: CIELl PL2i Siaius ep® $0 Administrative Recommendation: Background Summary: Reviewed by Council Committees: Public Works Councilmember: Osborne Meeting Date: July 21, 2014 Staff: Sweeting Item r: DI.D DI.D AUBURN * MORE THAN YOU IMAGINED Page 118 of 130 CQ CD C9 O h GJ O CAPITAL PROJECT STATUS REPORT Date: July 16, 2014 Page 1 of 8 Project Budget ($) Design Construction ,. i+ u Proi. Street, Total Estimated aj P E Adv. y '-p E Finish Project L No. No. Location /Description Utilities Other Total Budget Costs Date c0 Date Manager status G � 0 872,372 (Fed Grant) 5,990,000 (FMSIB) M Street Underpass (Grade 2,630,509 Separation): (TIB) The purpose of this project is to grade 5,166,560 1,106,592 Q 'M' Final pay in process. Waiting on 1 N 0 separate Street SE from the (Street) (King County) 22,474,007 22,474,007 100% Dec -11 100% Jun -14 Vondrak Contractor to concur on final pay CH2MHill Scarsella � Burlington Northern Santa Fe Stampede 150,000 1,542,800 Brothers Pass Rail line in Phase 1 and completion (Water) (Ports) estimate amount. of the Auburn Black Diamond Road 478,000 Bypass connection is a future phase. (BNSF) 1,140,000 (RE ET2) 3,397,174 (PWTF) West Valley Highway Preservation - u+ N 15th NW to 37th NW: 458,605 560,000 2 N This project will complete an overlay of 1,018,605 1,002,722 100% Jul -13 100% Jun -14 Wickstrom Project Complete. N/A Icon (Street) (Federal) WVH for the purpose of pavement reservation. Citywide Traffic Signal Improvements: NThis 81,916 400,000 valley Electric project will construct safety 3 N 481,916 472,889 100% Oct -13 100% Jun -14 Larson Final pay in process. N/A of Mount a. � improvements at a number of signals (Street) (Federal) Vernon throughout the City. SCADA System Improvement - Technology Upgrades This project will upgrade the City's 2,814,399 SCADA system to meet Public Works (Water) goals. Budget and costs reflect 1,853,374 All sites have been converted. 4 5,529,323 5,470,379 100% Nov -09 98% Jul -14 Sweeting Punchlist, documentation, and training TSI TSI Ln cn technology contract and (Sewer) design /construction engineering. 861,550 is underway. Construction contract costs for the (Storm) physical site improvements are shown separately. Academy Booster Pump Station: o This project will update /replace the 5 o o existing pump station in the Academy 3,526,255 3,526,255 3,168,295 100% Sep 97% Jul -14 Vondrak Work is underway. Carollo Rodarte (Water) Engineers water service area in order to meet fire flow demands. Page 1 of 8 CQ CD N O O h GJ O CAPITAL PROJECT STATUS REPORT Date: July 16, 2014 Page 2 of 8 Project Budget ($) Design Construction ,. i+ u Proi. Street, Total Estimated aj P E Adv. y '-p E Finish Project L No. No. Location /Description Utilities Other Total Budget Costs Date c0 Date Manager status G � 0 Lea Hill Safe Routes to Schools Improvements: 398,500 N This project will complete improvements (Federal) 6 N for safe walking routes to Hazelwood 34,000 2 1,59 7 (Police 454,097 447,600 100% Jun -13 100% Jul -14 Truong Final pay in process. N/A Archer (Street) Elem., Lea Hill elem., and Rainer Middle & ASD In Kind School along 116th Ave. SE and SE 312 Services) St. D Street NE Utility Improvements: 300,000 42,200 1" This project will complete storm, sewer, (Water) (430 Port) 7 N water and street improvements related 567,944 162,203 1,840,847 1,840,847 100% Aug -13 100% Aug -14 Truong Final pay in process. N/A Jennings g (Sewer) (431 Port) Northwest to the Port of Seattle mitigation 171,29) 597,204 agreement on D Street NE. (Storm) (4332 2 Port) 2013 Sidewalk Repair Project: - This project will complete repair and 8 °m N replacement of existing sidewalks at 260,000 260,000 227,118 100% Jan -14 100% May -14 Carter Project Complete. N/A Trinity (328 Fund) Contractors various locations around Downtown and Auburn High School. SCADA System Improvement - Physical 420,420 Site Improvements: (Water) This project will complete security site 52,815 9 r4 improvements at various utility locations 544,425 544,425 100% Mar -14 30% Dec -14 Sweeting Work underway. TSI RL Alia throughout the City. Budget and cost (Sewer) numbers reflect construction contract 71,190 and contingency amounts only. (Storm) AWS and M Street SE Intersection Improvements: This project will complete improvements at the intersection per Option 2 selected c Precon held on July 17th. Updated 10 c N by the Public Works Committee, which 530,000 517,500 1,047,500 1,047,500 100% Jun -14 0% Dec -14 Larson project budget numbers to reflect TIB N/A Rodarte 0. includes adding a right turn lane from (Street) (TIB) contributing additional funds. westbound Auburn Way S to M St SE and re- aligning the intersection of 17th St SE (on the north side of Auburn Way S) to be perpendicular to Auburn Way S. Page 2 of 8 CQ CD N O h GJ O CAPITAL PROJECT STATUS REPORT Date: July 16, 2014 Page 3 of 8 Project Budget ($) Design Construction ,. i+ u Proi. Street, Total Estimated aj P E Adv. y '-p E Finish Project L No. No. Location /Description Utilities Other Total Budget Costs Date c0 Date Manager status G 0 c0 104th Street & 8th Street NE Intersection Improvements: c This project will provide safety 11 N improvements at the intersection of 8th 278,608 100,000 378,608 370,514 100% Jun -14 Dec -14 Larson Contract award in process. N/A (Street) (Fed. Grant) Street SE and 104th Avenue SE, including signal modifications and sight distance improvements. Well 4 Improvements: cai This project will construct a new building 1,303,519 12 1,303,519 1,259,139 100% Jul -14 Mar -15 Wickstrom Contract documents being finalized. RH2 u to house a standby generator and (Water) disinfection equipment. Sewer Pump Station Improvements (Repair & Replacement Program): This project will repair and modify existing sanitary sewer pump station Go facilities located at: F St SE, R St NE, 13 N N 22nd St NE, Rainer Ridge, Valley 955,000 955,000 955,000 97% Aug -14 Jan -15 Truong Finalization of contract documents Jacobs / Norto Meadows, 8th St NE, Area 19, North (Sewer) underway. n Corrosion taps, Peasley Ridge, Riverside, and Terrace View to address access, corrosion resistance, site security and new generators where needed. 30th Street NE Storm Improvements: Project advertisment canceled and This project will replace the 30 -inch N storm drainage line along 30th Street NE 2,974,699 will be re- advertised at a later date to 14 N 2,974,699 2,822,299 100% Aug -14 May -15 Truong allow futher investigation of potential otak a. from the north end of the Airport to the (Storm) Brannon Park Storm Pump Station to design issues. Advertisement and finish dates adjusted accordingly. address localized flooding issues. 2011 Storm Pipeline Repair and Replacement. Phase 2: This project will construct storm c drainage improvements on Hi -Crest 15 N Drive NW. The City is also designing and 377,740 377,740 411,195 55% Sep -14 Mar -15 Vondrak Design is underway. N/A (Storm) constructing the relocation of a Lakehaven Utility District (LUD) Watermain that is in conflict with the storm improvements, at LUD's expense. Page 3 of 8 CQ CD N N O h GJ O CAPITAL PROJECT STATUS REPORT Date: July 16, 2014 Page 4 of 8 Project Budget ($) Design Construction ,. i+ u aj y Proi. Street, Total Estimated P E Adv. '-p E Finish Project L No. No. Location /Description Utilities Other Total Budget Costs Date c0 Date Manager status G 0 c0 Well 1 Improvements - Well Replacement: This project will rehabilitate or replace Design is underway. Advertise and 16 N S' Well 1 so that it can function at full 2,476,568 2,476,568 2,400,000 91% Aug -14 Apr -14 Vondrak finish dates adjusted due to limited Golder a (Water) Associates capacity and complete modifications to staff resources. the Howard Road Corrosion Control Facilit . 2014 Citywide Pavement Patching and Overlay Project: This project will 17 N N complete pavement patching and 173,000 2,774,100 3,014,700 94% Jul -14 Dec -14 Carter Design work is underway. N/A a. overlay treatments on arterial, collector (ICON) and local roadways for the purpose of pavement preservation through the City. Valley AC Watermain Replacement: N This project will repair or replace 1,233,574 Design is underway. SEPA review 18 N N asbestos cement water lines along AWN, 1,233,574 1,208,722 60% Sep -14 Apr -15 Truong N/A 49th and B St NW and at the M &O /Parks (Water) underway. Maintenance area. BNSF Utility Crossings Project: This project will address utility crossings 780,000 Go of the BNSF right -of -way that will be (Water) °m affected by the 3rd rail line that 320,000 19 N a. BNSF /Sound Transit plan to building in (Sewer) 1,600,000 1,600,000 70% Aug -14 Jan -15 Truong Design work underway. Parametrix 2015. The project will also replace a 500,000 storm drain pipe adjacent to the railroad (Storm) tracks at 37th Street. Annual Traffic Signal Improvements: This project includes procuring and 20 N m N 245,000 245,000 245,000 94% Sep -14 Dec -14 Barba Design work is underway. Change in N/A a. installing traffic signal equipment (328 Fund) project managers. upgrades for existing signals. Lakeland Hills Reservoir Improvement: This project will provide various Ln Consultant design work underway. 21 w c improvements at the reservoir, including 400,000 400,000 400,000 65% Sep -14 Aug -15 Larson Coordination with communications Gray& (Water) Osborne painting, seismic upgrades, and facility companies underway. modifications. 220,000 M &O Storm Drainage Improvements: (Water) This project will construct a new N 999,400 22 N detention and treatment system for 470,000 (Ecology 2,179,041 2,179,041 50% Oct -14 Jun -15 Wickstrom Consultant design work underway. Brown & (Sewer) Caldwell drainage at the M &O Facility and expand Grant) and improve the existing decant facility. 489,641 (Storm) Page 4 of 8 CQ CD N GJ O h GJ O CAPITAL PROJECT STATUS REPORT Date: July 16, 2014 Page 5 of 8 Project Budget ($) Design Construction ,. i+ u Proi. Street, Total Estimated aj P E Adv. y '-p E Finish Project L No. No. Location /Description Utilities Other Total Budget Costs Date c0 Date Manager status G 0 c0 277th - Auburn Way North to Green River Bridge: 1,020,700 a This project will complete the widening (Federal) Design is underway. Working on an N of S 277th from the intersection of 989,185 2,300,000 23 N 8,309,885 8,309,885 36% Mar -15 Apr -16 Vondrak agreement with Kent for 5277thSt Parametrix Auburn Way North to L Street NE, (Street) (Developer) transfer of right -of -wayto Auburn. including the construction of a 4,000,000 pedestrian trail and relocation of the (TIB) floodway along S 277th. Fulmer Wellfield Improvements: This project will be done in phases. The first phase 1A will complete investigation of the Fulmer Wellfield c area to determine the required analysis 533,294 (Phase 24 N and drilling program needed to utilize 1,750,000 1,750,000 1) 1,030,358 85% N/A TBD Fenhaus Consultant design work is underway. Golder (Water) Associates the full water rights. Phase 1B will (Phase 2) complete a drilling and testing program as well as an alternatives analysis. Phase 2 will complete the physical improvements. 37th St & B St NW BNSF Pre - Signal: v This project will complete improvements 25 0 N to the rail crossing at 37th Street NW 76,900 307,550 384,450 384,450 65% Sep -14 Dec -14 Sweeting Final design underway. BNSF KPG and B Street NW to address safety concerns. (Street) (Federal) permitting in process. Auburn Way South Pedestrian Improvements - Dogwood to Fir Street: This project will construct new sidewalks, street lighting system, 740,830 Go landscaped median island, a designated 219,782 (State) Working with WSDOTto obtain m id -block crosswalk, relocation of (Street) 100,000 26 N 1,520,651 1,418,011 92% Oct -14 Jun -15 Sweeting approval for design changes cHZMHiII a existing utility poles, and a u -turn at Fir 130,039 (Federal) associated with MIT concerns. Street. This project also includes a (Water) 330,000 public education element for pedestrian (MIT) safety. This project is planned to be constructed concurrent with project CP1119. Page 5 of 8 CQ CD N O h GJ O CAPITAL PROJECT STATUS REPORT Date: July 16, 2014 Page 6 of 8 Project Budget ($) Design Construction ,. i+ u Proi. Street, Total Estimated aj P E Adv. y '-p E Finish Project L No. No. Location /Description Utilities Other Total Budget Costs Date c0 Date Manager status G 0 c0 Auburn Way South Corridor Improvements - Fir St. SE to Hemlock St. SE: This project will widen AWS between Fir 200,849 and Hemlock Streets from 3 lanes to 5 (Street) 2,425,402 Working with W obtain nges approval for design ign changes 27 N lanes and includes new sidewalks, street 13,853 (TIB) 3,517,005 3,484,703 92% Oct -14 Jun -15 Sweeting associated with MIT concerns. Right CH2MHill a lighting system, bus pull -outs, and (Water) 836,601 of way acquisition /relocation improvement of the Hemlock St. 40,300 (MIT) intersection to include u -turns and a (Sewer) underway. new traffic signal. This project is planned to be constructed concurrent with project CP1118. Auburn Way South & Riverwalk Intersection Improvements: Go This project will construct improvements Project is no longer on hold due to MIT N to the intersection of AWS and 2,333,108 coordination issues. Project manager 28 N 2,333,108 2,333,108 17% Mar -15 Dec -16 TBD CH2MMII u Riverwalk Drive and complete minor (Federal) to be assigned as vacant positions are widening and add additional capacity filled. from the MIT Plaza signal to the Dogwood signal. AWS Flooding Phase 2: This project will construct conveyance 1,638,000 N improvements on 17th Street SE from A (Storm) N Street SE to K Street SE and increase the 900,000 Project manager to be assigned as 29 N 2,898,000 2,805,300 35% Mar -15 Dec -15 TBD KPG u capacity of the existing detention pond (Water) vacant positions are filled. located on A Street SE. The project will 360,000 also replace sewer and water facilities (Sewer) adjacent to the storm drain line. SOS Program 2013 Local Street Reconstruction: This project will complete the reconstruction of the following local 650,000 roadways: (Water) c N 23rd St SE - M to R St SE 26,416 1,791,214 30 a H St NE - 4th to 8th (Sewer) (SOS) 2,493,664 2,273,288 100% May -13 100% Apr -14 Wickstrom Project Complete. Jacobs Rodarte 5th St NE - H to Cul -de -sac 26,034 Park Ave - AWN to Park (Consultant) Also included in this project is the replacement of waterline on V St SE, from 2nd to 4th St SE. Other SOS Projects: CP1402, 2014 Citywide Pavement 176,100 176,100 Carter For status see CP1402 Watching and Overlays. 2013 SOS Program Totals 2,493,6641 2,273,288 Page 6 of 8 (Q CD N O h W O CAPITAL PROJECT STATUS REPORT Date: July 16, 2014 Page 7 of 8 Project Budget ($) Design Construction ,. i+ u Proi. Street, Total Estimated aj P E Adv. y '-p E Finish Project L No. No. Location /Description Utilities Other Total Budget Costs Date c0 Date Manager Status p � 0 2014 Local Street Reconstruction Project: This project will complete the 250,000 rn reconstruction of the following local 31 Mn roadways: (Water) 2,298,162 2,869,950 100% Jun -14 Dec -14 Carter Final pay in process. Jacobs TBD 500,000 K St NE - East Main to 4th St NE (Sewer) H St SE & 19th St SE - 21ST St SE to 17th St SE 24th St SE - M St SE to R St SE Other SOS Projects: Local Street's have been selected and CP1402, 2014 Citywide Pavement 176,083 176,083 Carter reviewed by PWC, awaiting Arterial Patching and Overlays. street selection to begin design. 2014 SOS Program Totals 2,474,245 3,046,033 2013 & 2014 TOTAL SOS PROGRAM 4,967,909 5,319,321 CPSTOTALI 1 1 74,343,498 1 71,852,424 Page 7 of 8 OTHER PROJECTS - ACTION BY OTHER COMMITTEE ate: July 16, 2014 !y (Q CD N CF) O h W 0 d d £ Adv. '0" £ Finish Staff v Date U Date I Manager 100% IJun -141 20% 1 Dec -141 Andersen 100% Jun -14 0% Nov -14 Colemon/ Wickstrom Status Work is underway. Contract award in process. � o Total y Proj. W o v Estimated No. No. Location /Description Costs King County Constructi Fenster Levee Project: King County �o This project will complete new levee A on ent 1,265,000 Century West 0. improvements on the Fenster Levee along the Green River. Airport Runway & Apron N Rehabilitation: B N Asphalt and crack repair, application of 676,679 a slurry seal, and striping at the Auburn Municipal Airport. TOTAL OTHER PROJECTS 1,941,679 !y (Q CD N CF) O h W 0 d d £ Adv. '0" £ Finish Staff v Date U Date I Manager 100% IJun -141 20% 1 Dec -141 Andersen 100% Jun -14 0% Nov -14 Colemon/ Wickstrom Status Work is underway. Contract award in process. � o y r W o v o v Design/ Constructi King County Constructi on King County Managem on ent Century West Page 8 of 8 ,IIYO1: 'A U, B UR . N VVAS1IIN61CIN' AGENDA BILL APPROVAL FORM Agenda Subject: Date: Significant Infrastructure Projects by Others - Public Works July 15, 2014 Status Report Department: Public Works Attachments: Re Rort Administrative Recommendation: Background Summary: Reviewed by Council Committees: Public Works Councilmember: Osborne Meeting Date: July 21, 2014 Budget Impact: $0 Staff: Gaub Item r: DI.E DI.E AUBURN * MORE THAN YOU IMAGINED Page 127 of 130 SIGNIFICANT INFRASTRUCTURE PROJECTS BY OTHERS - PUBLIC WORKS STATUS REPORT p Date: July 14, 2014 Ti Anticipated Completion Sponsor/ Permit(s) Date Per No_ Applicant Location /Description Length Issued Applicant Status Puget Sound 17th Street SE, K St SE to F St SE - Gas Main Replacement: This project will replace the existing 2 -inch gas main along 17th 1 1345 Feet Yes Jul -14 Restoration in progress with only roadway paching remaining. Energy Street SE from K Street SE to F Street SE. King County Reddington Levee: Late Summer Contractor is in the process of restarting the remaining project 2 Flood Control This project will replace the Reddington Levee from approximately 0.9 Miles Yes 2014 work. District 26th St NE to 43rd Street NE. Auburn High School Replacement: Work on the Phase 1 portion of the project has begun and is This project will include roadway and utility improvements to support N/A - Multiple anticipated to be completed in 2015. Phase 2 construction 3 Auburn the new Auburn High School. Improvements include modifications Block Yes Summer 2015 which includes the permanent improvements along East Main St including is School District to Storm, Water and Sanitary Sewer mainlines and roadway Development a pavement overlay and new channelization improvements on Main Street and 4th Street NE. scheduled to start in June and be completed by September 2014. 124th Ave SE Half Street Road Improvements: Yarrow Bay This project will complete half street roadway improvements on Work is underway. Contractor has completed the roadway 5 124th Ave SE from SE 304th St. north to approximately SE 290th 3,800 Feet Yes Summer 2014 widening and utility work. Remaining work includes Development St. for the 3rd phase of the Verdana (Bridges) Plat development landscaping, fence installation, and final punch list. that is in Kent. S 300th Street Half Street Road Improvements: 6 PNW Holdings This project will complete half street roadway improvements on S 400 Feet Yes Fall 2014 Work is underway. LLC. 300th Street from 58th Place S. to approximately 62nd Ave. S for the Westrid a Plat development on the west hill. Auburn Way South and M Street SE /Howard Road: 7 Puget Sound This project will replace bare steel gas lines found during the Unknown Yes Summer 2014 Work is underway. Limits are unknown until PSE Energy relocation efforts associated with the City's AWS and M Street determines the length and location of the bare steel lines. Intersection improvements. Puget Sound A Street SE - 23rd to 29th Street SE: 8 Energy This project will replace steel gas lines. 1000 Feet Yes Summer 2014 Work is underway. NOTE: Projects included on this list are those that have a broad public interest, significant impact to the public, involve interlocal agreements, and /or may include the installation of key infrastructure by others (such as pump stations etc.) Sv cs� CD N Cb O h W O 1of1 ,IIYO1: 'A U, B UR . N VVAS1IIN J.CCI Agenda Subject: Action Tracking Matrix Department: Public Works Attachments: Matrix Administrative Recommendation: Background Summary: Reviewed by Council Committees: Public Works Councilmember: Osborne Meeting Date: July 21, 2014 AGENDA BILL APPROVAL FORM Date: July 16, 2014 Budget Impact: $0 Staff: Gaub Item r: DI.F DI.F AUBURN * MORE THAN YOU IMAGINED Page 129 of 130 vrg M bra k NBC PitvO� .t e _ tes \y p ub� \C otuarter uPda d t�p�e Aor tt� ME- p \etc e a g °o r� 1 o b _ 0 a o y 1� t 2 r \s t a re�tyear SWeet�rvg �21�2p14 COrsu comp \etc a�a \ys�s. re�Aeva _ ct On the .� is MaP 21i 2p14 Hsu \tart t� w �eet�rg ese�ted to omp \eted pr ovee�t ProVee Daub 7_014 Spete0ber CO date �\ \\ be Pr \rack c Cap \ta\ \rrr\ t 8�18� \- \ra'Efic \rapact Fee UP p pctNe ent Charges 811812014 b nnua m �e \je \0PM GaU 201c� and appro ,4a\ to {utUre \-ea 6 Syste 4 9�22� r \dor P \an. atron m �i \\ e pra \gars 9ig�2p1 `ems SR 16� C0r ba0ges occur'ed \or \r`cOrphe s \0pe area Cost °� Serv�c Para 412014 Rev status Nbe" be\r` I deve\ P .*'0r\ng 0{ act Fee 5tructUre $f 4,20 4 S� \g� Rev \e a0ert So \utr e�\ng ro�ect 1 erg` `N \d P r \09 P ,Nay 4 \rarsP e5at`0 rr \d °r P \an ?a`3 \g0 �B� Nro \n n e throo p pna \y � ay SOUth SR 164 Co Ba\ 18� NOW" OdOr Gaub E Rev\e� etc Sevaer 105th Str F `ea N\ \\ d RePair Roa 6 ed: 11161201 9:53 PPM updat C!� 0 W