Loading...
2022-04-12 City Council - Full PPW Agenda-31211 N o Agenda Edmonds City Council PARKS & PUBLIC WORKS COMMITTEE - ZOOM VIRTUAL ONLINE MEETING EDMONDS CITY COUNCIL MEETINGS WEB PAGE, HTTP://EDMONDSWA.IQM2.COM/CITIZENS/DEFAULT.ASPX, EDMONDS, WA 98020 APRIL 12, 2022, 7:30 PM COUNCIL COMMITTEE MEETINGS ARE WORK SESSIONS FOR THE COUNCIL AND CITY STAFF. COMMITTEE MEETING AGENDAS DO NOT INCLUDE AUDIENCE COMMENTS OR PUBLIC HEARINGS. THIS MEETING IS HELD VIRTUALLY USING THE ZOOM MEETING PLATFORM. TO VIEW OR LISTEN TO THE COMMITTEE MEETING, CLICK ON OR PASTE THE FOLLOWING LINK INTO A WEB BROWSER USING A COMPUTER OR SMART PHONE: HTTPS://ZOOM. US/J/95798484261 OR JOIN BY DIAL -UP PHONE: US: +1 253 215 8782 WEBINAR ID: 957 9848 4261 COMMITTEE MEMBERS: NEIL TIBBOTT (CHAIR), KRISTIANA JOHNSON, VIVIAN OLSON (EX-OFFICIO MEMBER) CALL TO ORDER COMMITTEE BUSINESS 1. Presentation of Professional Services Agreement with The Blueline Group to provide Capital Projects Construction Management, Engineering & Inspection Services (10 min) 2. Report on Job Order Contracting Proposals (20 min) 3. Presentation of Supplemental Agreement with SCJ for Hwy 99 Gateway -Revitalization Stage 2 Project (10 min) 4. Presentation of DOE grant agreement for design and construction for Phase 1 of the Edmonds Marsh Water Quality Improvement Project. (10 min) 5. Presentation of the 2022 Overlay Construction Contract (10 min) 6. Presentation of Construction Contract for Hwy 99 Gateway -Revitalization Stage 2 Project (15 min) 7. Public Works CIP-CFP Review (15 min) 8. 2022 Parks Capital Project Update (10 min) ADJOURN Edmonds City Council Agenda April 12, 2022 Page 1 2.1 City Council Agenda Item Meeting Date: 04/12/2022 Presentation of Professional Services Agreement with The Blueline Group to provide Capital Projects Construction Management, Engineering & Inspection Services Staff Lead: Rob English Department: Engineering Preparer: Emiko Rodarte Background/History None Staff Recommendation Forward the item to the consent agenda for approval at the next City Council meeting. Narrative The City issued a Request for Qualifications (RFQ) in December 2021 to hire a consultant to support City staff with construction management, engineering and inspection services for various City funded capital projects that are scheduled to begin construction in 2022 and 2023. The City received statements of qualifications from seven (7) engineering firms and the selection committee chose The Blueline Group to provide services during construction based on their qualifications, experience and approach. The City has negotiated a consultant fee of $266,600. This agreement will allow Blueline to provide services for the 2022 Annual Overlay Project, Seaview Park Storm Infiltration Project, and 2022 Annual Utility Replacement Project for which there is not enough staff to be able to inspect and/or administer these contracts. If services are required in 2023 a separate scope and fee will be drafted in 2023. This contract will be funded as applicable by each respective project's utility or transportation fund. Attachments: 2022 Blueline - PSA and CM scope Packet Pg. 2 2.1.a CITY OF EDMONDS MIKE NELSON 121 5T" AVENUE NORTH - EDMONDS, WA 98020 - 425-771-0220 - FAX 425-672-5750 MAYOR Website: www.edmondswa.gov PUBLIC WORKS DEPARTMENT Engineering Division PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT ("Agreement") is made and entered into between the City of Edmonds, hereinafter referred to as the "City," and The Blueline Group, hereinafter referred to as the "Consultant." WHEREAS, the City desires to engage the professional services and assistance of a consulting firm to provide Capital Project Construction Management, Engineering and Inspection Services; and WHEREAS, the Consultant has the necessary skills and experience, and desires to provide such services to the City; NOW, THEREFORE, in consideration of the mutual benefits accruing, it is agreed by and between the parties hereto as follows: 1. Scope of work. The scope of work shall include all services and material necessary to accomplish the above mentioned objectives in accordance with the Scope of Work that is marked as Exhibit A, attached hereto and incorporated herein by this reference. 2. Payments. The Consultant shall be paid by the City for completed work for services rendered under this Agreement as provided hereinafter. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment and incidentals necessary to complete the work. A. Payment for work accomplished under the terms of this Agreement shall be on a time and expense basis as set forth in Exhibit A; provided, in no event shall the payment for work performed pursuant to this Agreement exceed the sum of TWO HUNDRED SIXTY-SIX THOUSAND SIX HUNDRED DOLLARS ($266,600.00). B. All vouchers shall be submitted by the Consultant to the City for payment pursuant to the terms of this Agreement. The City shall pay the appropriate amount for each voucher to the Consultant. The Consultant may submit vouchers to the City monthly during the progress of the work for payment of completed phases of the project. Billings shall be reviewed in conjunction with the City's warrant process. No billing shall be considered for payment that has not been submitted to the City three days prior to the scheduled cut-off date. Such late vouchers will be checked by the City and payment will be made in the next regular payment cycle. Packet Pg. 3 2.1.a C. The costs records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City for a period of three (3) years after final payment. Copies shall be made available upon request. 3. Ownership and use of documents. All research, tests, surveys, preliminary data, reports, and any and all other work product prepared or gathered by the Consultant in preparation for the services rendered by the Consultant under this Agreement shall be and are the property of the Consultant, provided, however, that: A. All final reports, presentations, documentation and testimony prepared by the Consultant shall become the property of the City upon their presentation to and acceptance by the City and shall at that date become the property of the City. B. The City shall have the right, upon reasonable request, to inspect, review and copy any work product during normal office hours. Documents prepared under this Agreement and in the possession of the Consultant may be subject to public records request and release under Chapter 42.56 RCW. C. In the event that the Consultant shall default on this Agreement, or in the event that this Agreement shall be terminated prior to its completion as herein provided, the work product of the Consultant, along with a summary of work done to date of default or termination, shall become the property of the City and tender of the work product and summary shall be a prerequisite to final payment under this Agreement. The summary of work done shall be prepared at no additional cost. 4. Time of performance. The Consultant shall perform the work authorized by this Agreement promptly in accordance with the receipt of the required governmental approvals. 5. Indemnification / Hold harmless agreement. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses, demands, or suits at law or equity arising from the acts, errors or omissions of the Consultant in the performance of this Agreement, except for injuries and damages caused by the sole 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 Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability, including the duty and cost to defend, hereunder shall be only to the extent of the Consultant's negligence. The Consultant shall comply with all applicable sections of the applicable Ethics laws, including RCW 42.23, which is the Code of Ethics for regulating contract interest by municipal officers. The Consultant specifically assumes potential liability for actions brought by the Consultant's own employees against the City and, solely for the purpose of this indemnification and defense, the Consultant specifically waives any immunity under the state industrial insurance law, Title 51 RCW. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. Packet Pg. 4 2.1.a 6. General and professional liability insurance. The Consultant shall obtain and keep in force during the term of this Agreement, or as otherwise required, the following insurance with companies or through sources approved by the State Insurance Commissioner pursuant to Title 48 RCW. Insurance Coverage A. Worker's compensation and employer's liability insurance as required by the State. B. Commercial general liability and property damage insurance in an aggregate amount not less than two million dollars ($2,000,000) for bodily injury, including death and property damage. The per occurrence amount shall be written with limits no less than one million dollars ($1,000,000). C. Vehicle liability insurance for any automobile used in an amount not less than a one million dollar ($1,000,000) combined single limit. D. Professional liability insurance in the amount of one million dollars ($1,000,000). Excepting the Worker's Compensation Insurance and Professional Liability Insurance secured by the Consultant, the City will be named on all policies as an additional insured. The Consultant shall furnish the City with verification of insurance and endorsements required by the Agreement. The City reserves the right to require complete, certified copies of all required insurance policies at any time. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. The Consultant shall submit a verification of insurance as outlined above within fourteen days of the execution of this Agreement to the City. No cancellation of the foregoing policies shall be effective without thirty (30) days prior notice to the City. The Consultant's professional liability to the City shall be limited to the amount payable under this Agreement or one million dollars ($1,000,000), whichever is the greater, unless modified elsewhere in this Agreement. In no case shall the Consultant's professional liability to third parties be limited in any way. 7. Discrimination prohibited. The Consultant shall not discriminate against any employee or applicant for employment because of race, color, religion, national origin, age, sex, sexual orientation, marital status, veteran status, liability for service in the armed forces of the United States, disability, or the presence of any sensory, mental or physical handicap, or any other protected class status, unless based upon a bona fide occupational qualification. 8. Consultant is an independent contractor. The parties intend that an independent contractor relationship will be created by this Agreement. No agent, employee or representative of the Consultant shall be deemed to be an agent, employee or representative of the City for any purpose. The Consultant shall be solely responsible for all acts of its agents, employees, representatives and subcontractors during the performance of this Agreement. 9. City approval of work and relationships. Notwithstanding the Consultant's status as an independent contractor, results of the work performed pursuant to this Agreement must meet the approval of the City. During pendency of this Agreement, the Consultant shall not perform work for any party with respect to any property located within the City of Edmonds or for any project subject to the administrative or quasijudicial review of the City without written notification to the City and the City's prior written consent. Packet Pg. 5 2.1.a 10. Termination. This being an Agreement for professional services, either party may terminate this Agreement for any reason upon giving the other parry written notice of such termination no fewer than ten (10) days in advance of the effective date of said termination. 11. Integration. The Agreement between the parties shall consist of this document, its Appendices 1 & 2, and the Scope of Work and fee schedule attached hereto as Exhibit A. These writings constitute the entire Agreement of the parties and shall not be amended except by a writing executed by both parties. In the event of any conflict between this written Agreement and any provision of Exhibit A, this Agreement shall control. 12. Changes/Additional Work. The City may engage the Consultant to perform services in addition to those listed in this Agreement, and the Consultant will be entitled to additional compensation for authorized additional services or materials. The City shall not be liable for additional compensation until and unless any and all additional work and compensation is approved in advance in writing and signed by both parties to this Agreement. If conditions are encountered which are not anticipated in the Scope of Work, the City understands that a revision to the Scope of Work and fees may be required. Provided, however, that nothing in this paragraph shall be interpreted to obligate the Consultant to render services, or the City to pay for services rendered, in excess of the Scope of Work in Exhibit A unless or until an amendment to this Agreement is approved in writing by both parties. 13. Standard of Care. The Consultant represents that the Consultant has the necessary knowledge, skill and experience to perform services required by this Agreement. The Consultant and any persons employed by the Consultant shall use their best efforts to perform the work in a professional manner consistent with sound practices, in accordance with the schedules herein and in accordance with the usual and customary professional care required for services of the type described in the Scope of Work. 14. Non -waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 15. Non -assignable. The services to be provided by the Consultant shall not be assigned or subcontracted without the express written consent of the City. 16. Covenant against contingent fees. The Consultant warrants that he/she/they has/have not employed or retained any company or person, other than a bona fide employee working solely for the Consultant, to solicit or secure this Agreement, and that he/she/they has/have not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award of making of this Agreement. For breach or violation of this warranty, the City shall have the right to annul this Agreement without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 17. Compliance with laws. The Consultant in the performance of this Agreement shall comply with all applicable Federal, State or local laws and ordinances, including regulations for licensing, certification and operation of facilities, programs and accreditation, and licensing of individuals, and any other standards or criteria as described in the Agreement to assure quality of services. Because this Agreement is subject to federal nondiscrimination laws, the Consultant Packet Pg. 6 2.1.a agrees that the provisions of Appendices 1 & 2, attached hereto and incorporated herein by this reference, apply to this Agreement. The Consultant specifically agrees to pay any applicable business and occupation (B & O) taxes which may be due on account of this Agreement. 18. Notices. Notices to the City of Edmonds shall be sent to the following address: City of Edmonds 121 Fifth Avenue North Edmonds, WA 98020 Notices to the Consultant shall be sent to the following address: The Blueline Group 25 Central Way, Suite 400 Kirkland, WA 98033 Receipt of any notice shall be deemed effective three (3) days after deposit of written notice in the U.S. mails, with proper postage and properly addressed. DATED THIS day of 2022. CITY OF EDMONDS THE BLUELINE GROUP BY: Mike Nelson, Mayor ITS: ATTEST/AUTHENTICATED: Scott Passey, City Clerk APPROVED AS TO FORM: Office of the City Attorney Packet Pg. 7 2.1.a STATE OF WASHINGTON ) )ss COUNTY OF ) On this day of 2022, before me, the undersigned, a Notary Public in and for the State of Washington, duly commissioned and sworn, personally appeared , to me known to be the person who executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said person, for the uses and purposes therein mentioned, and on oath stated that he/she was authorized to execute said instrument. WITNESS my hand and official seal hereto affixed the day and year first above written. NOTARY PUBLIC My commission expires: Packet Pg. 8 2.1.a APPENDIX 1 CONTRACT (Appendix A of USDOT 1050.2A Standard Title VI Assurances) During the performance of this Agreement, the Consultant/Contractor, for itself, its assignees, and successors in interest (hereinafter collectively referred to as the "Consultant/Contractor") agrees as follows: 1. Compliance with Regulations: The Consultant/Contractor shall comply with the acts and regulations relative to nondiscrimination in federally -assisted programs of the United States Department of Transportation (USDOT), Title 49, Code of Federal Regulations, Part 21 (49 CFR 21), as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this Agreement. Nondiscrimination: The Consultant/Contractor, with regard to the work performed by it during the Agreement, shall not discriminate on the grounds of race, color, national origin, sex, age, disability, income -level, or LEP in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The Consultant/Contractor shall not participate directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the Agreement covers any activity, project, or program set forth in Appendix B of 49 CFR 21. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the Consultant/ Contractor for work to be performed under a subcontract, including procurement of materials, or leases of equipment, each potential subcontractor or supplier shall be notified by the Consultant/Contractor of the Consultant's/Contractor's obligations under this Agreement and the Regulations relative to nondiscrimination on the grounds of race, color, national origin, sex, age, disability, income -level, or LEP. Information and Reports: The Consultant/Contractor shall provide all information and reports required by the Regulations and directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the City or the appropriate state or federal agency to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a Consultant/Contractor is in the exclusive possession of another who fails or refuses to furnish the information, the Consultant/Contractor shall so certify to the City, or state or federal agency, as appropriate, and shall set forth what efforts it has made to obtain the information. Sanctions for Noncompliance: In the event of the Consultant's/Contractor's noncompliance with the nondiscrimination provisions of this Agreement, the City shall impose such contract sanctions as it or the appropriate state or federal agency may determine to be appropriate, including, but not limited to: • Withholding of payments to the Consultant/Contractor under the Agreement until the Consultant/Contractor complies; and/or • Cancellation, termination, or suspension of the Agreement, in whole or in part. Incorporation of Provisions: The Consultant/Contractor shall include the provisions of the above paragraphs one (1) through five (5) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Consultant/Contractor shall take such action with respect to any subcontractor or procurement as the City or appropriate state or federal agency may direct as a means of enforcing such provisions, including sanctions for noncompliance. Provided, that if the Consultant/Contractor becomes involved in, or is threatened with, litigation by a subcontractor or supplier as a result of such direction, the Consultant/ Contractor may request that the City enter into such litigation to protect the interests of the City; or may request that the appropriate state agency enter into such litigation to protect the interests of the State of Washington. In addition, the Consultant/Contractor may request the appropriate federal agency enter into such litigation to protect the interests of the United States. Packet Pg. 9 2.1.a APPENDIX 2 CONTRACT (Appendix E of USDOT 1050.2A Standard Title VI Assurances) During the performance of this Agreement, the Consultant/Contractor, for itself, its assignees, and successors in interest (hereinafter collectively referred to as the "Consultant/Contractor") agrees to comply with the following non-discrimination statutes and authorities, including but not limited to: Pertinent Non -Discrimination Authorities: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and proejcts); • Federal -Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); • Section 504 of Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; • The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); • Airport and Airway Improvement Act of 1982, (49 U.S.C. § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal -aid recipients, sub -recipients and contractors, whether such programs or activities are Federally funded or not); • Titles II and III of the Americans with Disabilties Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; • The Federal Aviation Administration's Non -Discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); • Executive Order 12898 , Federal Actions to Address Environmental Justice in Minority Populations and Low -Income Populations, which ensures discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; • Executive Order 13166, Improving Access to Services for Person with Limited English Profcency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure the LEP person have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). Packet Pg. 10 2.1.a EXHIBIT A — SCOPE & FEE ESTIMATE Project Name: 2022 Edmonds Construction Services Job #: 21-407 Effective Date: April 6, 2022 Project Description The Blueline Group, LLC ("Blueline") will provide construction administration and inspection services during the 2022 construction season. The following projects ("Projects") are anticipated to be included as part of this scope: • 2022 Annual Overlay Project • Seaview Park Storm Project • 2022 Annual Utility Replacement Project Task Summary Task 001 Management Reserve Task 002 2022 Annual Overlay Project Task 003 Seaview Park Storm Project Task 004 2022 Annual Utility Replacement Project Project Schedule Our Team shall begin work immediately upon receipt of Notice to Proceed, this is estimated for April 2022. Scope of Work Blueline's scope of work for the projects is outlined on the following pages. Each task shall be comprised of sub tasks A, B and/or C as outlined in the following pages. Any additional projects added to this scope of work will be assigned a new sequential number and have any combination of sub tasks A, B and/or C included. 1 Packet Pg. 11 EXHIBIT A — SCOPE & FEE ESTIMATE 2.1.a Tasks 001 - 004 Task 001 Management Reserve This task provides for unanticipated construction services deemed to be necessary during the course of the projects. The Management Reserve task shall only be used after obtaining written authorization from the City. Task 002 2022 Annual Overlay Project Blueline will provide construction administration and full-time inspection services under subtasks B and C for the 2022 Annual Overlay Project. Inspections will be at various locations throughout the City. Task 003 Seaview Park Storm Project Blueline will provide full-time construction inspection services under subtask C for the Seaview Park Storm Project. Task 004 2022 Annual Utility Replacement Project Blueline will provide part-time construction inspection services under subtask C for the 2022 Annual Utility Replacement Project. This includes water, sewer and storm replacement inspections at various locations throughout the City as described below: • 88th Ave W from 192n1 St SW to 185th PI SW • 761h Ave W from 242nd St SW to 2381h PI SW • 4th Ave S alley between Main St and Bell St • 182nd PI SE from 88th Ave W to dead end • 88th Ave W at 185th PI SW Subtask A Project Management (Not included in Tasks 002, 003, & 004) This task is for general coordination and meetings on the projects, including: • Management of all tasks and staff for construction inspection services. • Communication with the City of Edmonds regarding the construction. • Budget tracking and providing weekly updates to the City. • Preparation of consultant monthly invoices for work performed during the previous month, including any pertinent backup materials. Deliverables: Weekly budgeting spreadsheet. 2 Packet Pg. 12 2.1.a EXHIBIT A — SCOPE & FEE ESTIMATE Subtask B Construction Administration (Not included in Tasks 003, & 004) Blueline will provide construction administration services for the projects during the construction period. Services under this task are anticipated to include any of the following items as budget allows as requested by each City Project Manager: • Review plans and specifications and visit the site prior to the preconstruction meeting. • Attend preconstruction meeting and send out minutes. • Review and approve Contractor progress schedules. • Prepare and review contract pay estimates. • Prepare force account and change orders, as needed. • Prepare and submit weekly reports (Weekly Statement of Working Days and Project Progress Chart). • Log affidavits, intents, and certified payroll. • Provide project filing. • Provide force account and RFI log. • Coordinate changes to drawings or specifications as necessary to respond to filed conditions (as needed — coordinating with City Project Manager). • Monitor construction to determine contractor compliance and prepare associated documentation. • General consultation and coordination on an as needed basis to address construction questions. • Assist with preparing punch lists and final inspection. • Prepare recommendation of project acceptance. • Attend and conduct construction meetings as required. Provide meeting minutes to attendees. • Additional construction inspection services and project management, as needed. Deliverables: Monthly Pay Estimates, Change Orders, Force Account, meeting minutes and all other construction documentation. Assumptions: The City or Design Engineering Firm will prepare as built drawings based on the as built redlines. The City will review material submittals and maintain a submittal log. Projects include 2022 Annual Overlay Project (10 weeks). 3 Packet Pg. 13 EXHIBIT A — SCOPE & FEE ESTIMATE 2.1.a Subtask C Construction Inspection (Included in all tasks) Blueline will provide construction inspection services for the projects during the construction period Services under this task are anticipated to include: • Review plans/specifications and visit the site. • Review materials delivered to the site to review compliance with City approved submittals. • Provide inspection of all aspects of the construction activity to review Contractor compliance with the contract plans and specifications. • Coordinate compaction and materials testing with the testing agency selected by the City under a separate contract. • Coordinate all testing with the City and Contractor for the projects. • Coordinate final connections with the City and Contractor for water main projects. • Record and report the progress of the construction operations to the City throughout the duration of the contract. • Furnish the City with verification of all quantities of materials. • Provide final project inspection including punch lists. • Provide as -built redlines to supplement the Contractor's redlines. • Monitor the Contractor's traffic control operations to review compliance with City approved traffic control plan. • Be responsive to requests from citizens and businesses. Deliverables: Inspector's Daily Report, records of Force Account work, weekly tabulation of quantities placed (including truck tickets), construction progress photos. Assumptions: The City or Design Engineering Firm will prepare as built drawings based on the as built redlines. The Contractor will provide construction staking for the projects. The City will provide purity testing (with coordination provided by Inspector). The City will review materials submittal and maintain a submittal log. Projects include 2022 Annual Utility Replacement Project (8 weeks), Seaview Park Storm Project (9 weeks), and 2022 Annual Overlay Project (10 weeks). 4 Packet Pg. 14 2.1.a EXHIBIT A — SCOPE & FEE ESTIMATE General Assumptions and Notes • Scope and fees outlined above are based on the Project Understanding included with this proposal as well as the following information (any changes to these documents may result in changes to the fees): o Correspondence prior to the effective date of this Agreement. • The following items are not anticipated to be necessary and are not included in this proposal: o Structural, Environmental, Geotechnical, Materials Testing or Transportation Engineering services. o Gas main relocation coordination. o Other dry utility relocation coordination. o Staking services. • Obtaining any offsite easements or right -of -entry including permanent easements (if required) will be the responsibility of the Client. • Blueline will not pay any Agency fees on behalf of the Client. This includes any fees associated with permits and easements. • The fees stated above do not include reimbursable expenses such as large format copies (larger than legal size), mileage, and plots. These will appear under a separate task called EXPENSES. • Time and expense items are based on Blueline's current hourly rates. • These fees stated above are valid if accepted within 30 days of the date of the proposal. • The City and Blueline will negotiate an adjustment to the fee schedule for tasks not started within a year of contract execution. • Project stops/starts and significant changes to the Project Schedule may result in changes to the fees provided above and a separate fee proposal will be provided. • If the Client provides written requests for Blueline's assistance in complying with any public records request, including without limitation providing copies of documents and communications, Client will pay Blueline's hourly fees and costs incurred in providing such assistance at then - current rates. Such fees and costs will be billed under Task 001. 5 Packet Pg. 15 2022 Edmonds Construction Services Job Number: 21-407 Prepared By: Grace Garwin, EIT Date: 4/6/2022 Checked By: Rob Dahn, PE Senior Project Engineer Construction Manager Inspector $226/hr $182/hr $143/hr Total Task # Base Tasks Total Fee Fee Type Hours Hours Hours Hours 001 Management Reserve 2022 Annual Overlay Project 002B Construction Administration 002C Construction Inspection Seaview Park Storm Project 003C Construction Inspection 2022 Annual Utility Replacement Project 004C Construction Inspection Expenses 26 0 H 0 Total Hours 42 Blueline Personnel $9,492 2 L. 0 $30,000 Not to Exceed rc L c 0 82 0 108 $20,800 Not to Exceed L- 0 0 520 520 $74,360 Not to Exceed m m z 3 13 476 497 $72,240 Not to Exceed Q U) a a� Q. 0 12 428 448 $65,200 Not to Exceed U U $4,000 R 107 1424 1573 Q $19,474 $203,632 $266,600 a m c m N N O N C N E t V Q Packet Pg. 16 2.1.a 001 Management Reserve Total Cost Total Item # Description 1 Unassigned Services Reserve $30,000 Total Fee $30,000 $30,000 Senior Project Construction 002B Construction Administration Engineer Total Hours Manager Inspector Item # Description $226/hr $182/hr $143/hr Hours Hours Hours 1 Preconstruction Meeting (incl. prep) 6 6 12 2 Weekly Admin Tasks (10wks @ 1hr/wk) 10 10 20 3 Weekly Progress Meeting & Minutes 10 30 40 4 Pay Estimates/Change Orders (3mos @ 12hr/mo) 36 36 Total Hours 26 82 0 108 Total Fee $5,876 $14,924 $0 $20,800 Senior Project Construction 002C Construction Inspection Engineer Total Hours Manager Inspector Item # Description $226/hr $182/hr $143/hr Hours Hours Hours 1 Preconstruction Meeting (incl. prep) 40 40 2 Full Time Inspections (10wks @ 40hr/wk) 400 400 3 Final Inspections & Punchlist 40 40 4 Project Close Out 40 40 Total Hours 0 0 520 520 Total Fee $0 $0 $74,360 $74,360 Q Packet Pg. 17 Senior Project Construction 2.1.a 003C Construction Inspection Engineer Total Hours Manager Inspector Item # Description $226/hr $182/hr $143/hr Hours Hours Hours L 1 Preconstruction Meeting (incl. prep) 4 4 40 48 ` 2 Full Time Inspections (9wks @ 40hr/wk) 360 360 3 Final Inspections & Punchlist 36 36 4 Project Close Out 40 40 5 General Coordination 4 9 13 Total Hours 8 13 476 497 0 Total Fee $1,808 $2,366 $68,068 $72,240 3 L Senior Project Construction o 004C Construction Inspection Engineer Total Hours U Manager Inspector Item # Description $226/hr $182/hr $143/hr o Hours Hours Hours 1 Preconstruction Meeting (incl. prep) 4 4 40 48 2 Part Time Inspections (8wks @ 40hr/wk) 320 320 m 3 Final Inspections & Punchlist 32 32 3 4 City Staff Support 4 8 36 48 Q cn Total Hours 8 12 428 448 a Total Fee $1,808 $2,184 $61,204 $65,200 a Packet Pg. 18 2.2 City Council Agenda Item Meeting Date: 04/12/2022 Report on Job Order Contracting Proposals Staff Lead: Rob English Department: Public Works & Utilities Preparer: Rob English Background/History April 6, 2021 - The City Council consented the approval of Job Order Contracting initiating staff process for advertising a Request for Proposal. July 6, 2021- The City Council approved a Professional Services Agreement(PSA) for JOC services with Gordian, Inc. On January 18, 2022, the City Council approved a Resolution to amend the Purchasing Policies and Procedures for Job Order Contracting. January 25, 2022 - The City Council authorized the advertisement of a request for proposals for Job Order Contracting. Staff Recommendation Forward item to a future City Council meeting to consider the award of three job order contracts. Narrative In 2019, the City started the process of creating a Job Order Contracting (JOC) program per RCW 39.10.410. Since this time, the City's purchasing policy has been amended to allow for the utilization of JOC and the City executed an agreement for JOC administration assistance with Gordian to develop the program. In January 2022, the City Council approved the advertisement of a Request for Proposals (RFP) to solicit proposals from JOC prime contractors. On March 7, 2022, the City received proposals from Burton Construction, Centennial Contractors Enterprises, Forma Construction, Saybr Contractors and Swinerton. Each proposal was evaluated and scored based on the criteria established in the RFP. Staff recommends awarding JOC contracts to Centennial Contractors Enterprises, Forma Construction and Saybr Contractors. Packet Pg. 19 2.3 City Council Agenda Item Meeting Date: 04/12/2022 Presentation of Supplemental Agreement with SCJ for Hwy 99 Gateway -Revitalization Stage 2 Project Staff Lead: Rob English Department: Engineering Preparer: Emiko Rodarte Background/History On September 9, 2017, City Council approved Local Agency Agreement with SCJ for the Hwy 99 Revitalization & Gateway Project. On December 17, 2019, City Council approved a Supplemental Agreement with SCJ for the Hwy 99 Revitalization & Gateway Project. On July 21, 2020, City Council approved a Supplemental Agreement with SCJ for the Hwy 99 Revitalization & Gateway Project. On October 19, 2021, City Council approved a Supplemental Agreement with SCJ for the Hwy 99 Revitalization & Gateway Project. Staff Recommendation Forward the item to the consent agenda for approval at the next City Council meeting. Narrative The Highway 99 Gateway -Revitalization Stage 2 project consists of the addition of a continuous landscaped raised median along Highway 99 from 244t" St. SW to 2101" St. SW with mid -block left turn pockets, a HAWK signal approximately 600' north of 2341" St. SW, and gateway signs on both ends of the corridor. This project will improve corridor safety by reducing high -angle vehicle accident rates with the removal of the center two-way left turn lane. The proposed HAWK signal will improve active transportation safety for pedestrians attempting to cross the corridor between the existing signalized intersection at 238t" St. SW and 2281" St. SW. The supplemental agreement will provide the following professional services during the construction phase: Meetings: attendance to pre -construction and weekly meetings with the contractor (as needed); Office Engineering: completion of submittal reviews, shop Drawings, and responses to Request For Information (RFI's); Change orders: completion of plan and specs revisions based on Change Orders; and As -Built plans: completion of As -Built plans and ADA curb ramp certification / Maximum Extent Feasible (MEF's) documents. Packet Pg. 20 2.3 Staff and consultant have agreed on a scope of services and budget for the project in the amount of $94,848 (including $4,S14 in management reserve). The project was advertised on March 31, 2022 with a bid opening scheduled to take place on April 21, 2022. The services provided under this supplemental agreement will be funded by the Connecting Washington State transportation funds. Attachments: Hwy 99 Stage 2 - SO Supplemental Agreement Packet Pg. 21 2.3.a Aim � Washington State vI/ Department of Transportation Supplemental Agreement Organization and Address Number 5 Shea, Carr, & Jewell, Inc. 8730 Tallon Lane NE, Suite 200 Original Agreement Number Lacey, WA 98516 LA-9146 Phone: 360-352-1465 Project Number Execution Date Completion Date HLP-CNWA(13) 9/13/2017 6/30/2023 Project Title New Maximum Amount Payable Highway 99 Gateway/Revitalization Project $1,588,613 Description of Work SCOPE, FEE AND SCHEDULE REVISIONS: To add Services During Construction (SDC) Work including Project Management, Meetings, Office Engineering, Change Orders, and As -Built Plans as noted below and in Exhibits A and B. The Local Agency of City of Edmonds desires to supplement the agreement entered in to with Shea, Carr, & Jewell, Inc. and executed on September 13, 2017 and identified as Agreement No. LA-9146 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 1, SCOPE OF WORK, is hereby changed to read: See attachment A for Scope of Work to add Services During Construction (SDC), including Project Management, Meeting, Office Engineering, Change Orders, As -Built Plans, Management Reserve and Expenses. 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: Completion date to extend to June 30, 2023. III Section V, PAYMENT, shall be amended as follows: See Exhibit B, which estimates the Work for SDC to be $94,848. Revised Maximum Amount Payable $1,588,613. as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the Appropriate spaces below and return to this office for final action. By: Lisa M Reid, PE, PMP I Principal Consuitan i 'ature M Approving Authority Signature DOT Form 140-063 Revised 09/2005 Date Packet Pg. 22 2.3.a .► -.4510+ 1—� SCJ ALLIANCE CONSULTING SERVICES EXHIBIT B SCOPE OF WORK HIGHWAY 99-GATEWAY REVITALIZATION PROJECT — STAGE 2 Services During Construction Edmonds, WA Prepared For: Bertrand Hauss / City of Edmonds Jaime Hawkins / City of Edmonds Prepared By: Lisa Reid, PE, PMP, Principal Date Prepared: April 06, 2022 Overview This project is amended to add services during construction for the Stage 2 project. This project was advertised for construction on March 31, 2022 and will construct improvements to approximately 2.25 miles of SR 99 through the City of Edmonds (COE). The improvements will generally be limited to the median and the existing curbs, gutters & sidewalks will remain. The proposed work extends along SR 99 from S. 244th Street to S. 210th Street and includes construction of a raised center median with hardscaping, landscaping, and irrigation; the addition of drainage inlets and piping; curb ramps; pavement markings; signing; gateway and artwork sign foundations; concrete garden walls; landscaping and irrigation; a pedestrian hybrid beacon (HAWK) signal approximately 600' north of 234th Street SW; and connection to the existing interconnect system including directional drilling of some interconnect conduits. This Scope of Work will add the following, new Phases of work: • Phase 30 — Stage 2, SDC Project Management & Meetings • Phase 31— Stage 2, SDC Office Engineering • Phase 32 — Stage 2, SDC Change Orders • Phase 33 — Stage 2, SDC As -Built Drawings • Phase 34 — Stage 2, SDC Management Reserve • Phase 35 — Stage 2, SDC Expenses Although we already have Project Management (Phase 01) and Expenses (Phase 99) phases, those will be closed out when the project is awarded, and the new Phases will assist with summarizing construction related support moving forward. 1201 Third Avenue, Suite 550 • Seattle, WA 98101 • Office 205.639.5454 • Fax 360.352.1509 • scjalliance.com Packet Pg. 23 2.3.a ��l�i 400- -410- 0- Edmonds Hwy 99 Gateway -Revitalization, Stage 2 SCJ ALLIANCE Amendment 5 (SDC) CONSULTING SERVICES Page 2 of 5 . General Scope Assumptions 1. No Federal Funding is included in this project. 2. COE is contracting with a 3rd party consultant to provide construction management (CM) and inspection support separately. 3. Pay Estimates will not be reviewed. 4. COE anticipates that they and their CM Contractor will review most submittals, RFIs, and issue field clarifications with minimal SDC Support from the SCJ Alliance (SCJ). 5. This scope includes the review of shop drawings, including those for signal poles and raised median transitions. 6. One (1) change order is included in this Scope of Work to add Gateway Signs and Artwork and to clarify construction details for them. 7. No field work or inspection is included in this scope of work. 8. The Contractor is required to keep a redline set of contract plans that will be provided to SCJ for the preparation of formal as -built drawings. 9. No subconsultant services are included in this Scope of Work. 10. Formal project submittal, RFI, and other logs will be managed by COE and their CM Contractor. 11. The Construction Contract includes 150 Working Days, or 30 weeks. With potential weather delays, non- working days, completion of As-Builts after construction is complete, and final invoicing and close-out, it is assumed that this contract last 40 weeks. Hours were estimated by phase for the Phases of work described and are based on the assumptions provided by COE, the estimated construction cost ($5.25M) and the number of working days (150 days). If additional effort is required, additional fee may need to be added. Scope of Work Phase 30 Stage 2, SDC Project Management & Meetings Work in this Phase includes overall contract and project management, tracking of requests, coordination of team members to respond, and attendance at the pre -construction and weekly construction meetings. The Level of Effort (LOE) is estimated based on the assumptions above and following scope of work. 1) Contract Administration • Manage Contracting • Monthly Invoicing and Progress Reports • Team Coordination and Management • Scope, Schedule & Budget Monitoring and Control • Monitor and Track SDC Requests and Responses • Document Controls 1201 Third Avenue, Suite 550 • Seattle, WA 98101 • Office 205.639.5454 • Fax 360.352.1509 • scjalliance.com Packet Pg. 24 2.3.a ow SC.J ALLIANCE CONSULTING SERVICES 2) Meetings • Pre -construction Meeting Edmonds Hwy 99 Gateway -Revitalization, Stage 2 Amendment 5 (SDC) Page 3 of 5 o Engineer of Record will attend a 2-hour virtual pre -construction meeting, including 1 hour of preparation. • Weekly Construction Meetings o Consultant Staff will attend on an as -needed basis. To set the budget, it was assumed that the Engineer of Record, or one of the discipline leads will attend up to eight (8) of approximately thirty (30) weekly meetings, requiring a total of twelve (12) hours or labor. o Meeting minutes will be prepared others. o No preparation is required. Deliverables • Monthly Invoices & Progress Reports, via PDF • SDC Request Tracking Logs, via Google Sheet Link Phase 31 Stage 2, Office Engineering Work in this Phase includes general office engineering tasks to support the construction management team. Per the assumptions above, this effort is anticipated to be minimal based on the assumptions above and following scope of work and a budget of 1% of the Engineer's Estimate was assumed ($52,500). 1) Submittals • Provide timely review of the Construction Contractor's submittals. A due date will be transmitted with each request for review. 2) Shop Drawings • Provide timely review of the Construction Contractor's shop drawings for signal poles, low profile barrier curb transitions, and others as needed. A due date will be transmitted with each request for review. 3) Requests for Information (RFIs) • Provide timely review of the Construction Contractor's RFIs as needed. A due date will be transmitted with each request for review. • Prepare sketches, CAD drawings, and written instructions as needed to illustrate the response to RFIs as needed. Deliverables • Submittal, Shop Drawing & RFI Responses via PDF 1201 Third Avenue, Suite 550 • Seattle, WA 98101 • Office 205.639.5454 • Fax 360.352.1509 • scjalliance.com Packet Pg. 25 2.3.a ��l�i 400- -410- 0- Edmonds Hwy 99 Gateway -Revitalization, Stage 2 SCJ ALLIANCE Amendment 5 (SDC) CONSULTING SERVICES Page 4 of 5 Phase 32 Stage 2, Change Orders 3 Work in this Phase includes preparation of change orders as requested. While the goal is to have no change rn orders, one will be required to provide additional information for the gateway sign and artwork installations. 3 1) Sign and Artwork Change Order • Coordinate with COE's Gateway Sign and Artwork Consultant, HBB, to prepare and issue a change order as needed to incorporate the final plans for construction of the gateways and sign work. • This include structural engineering review of sign and artwork foundations to ensure assumptions made during the 100% design were adequate for the final designs. • Minor design work will be needed to revise prior plan sheets and details and issue new sheets for this Work. • Develop and review quantity and change order preparation by HBB for issuance as a change order, and coordination with COE and their CM Contractor to issue the change order. 2) Additional Change Order • One additional change order is included, with an LOE of 20 hours total. Deliverables • Change order for Gateway Signs and Artwork including revised plans and specifications as needed • Up to one (1) additional Change order including revised plans and specifications as needed. Phase 33 Stage 2, As -Built Plans Work in this Phase includes review of the Contractor's redlines, coordination of clarifications, review and certification (or preparation of Maximum Extent Feasible (MEF) documentation) for curb ramp construction, and preparation of CAD As -Built Drawings for the Project, including up to 250 sheets. 1) As -Built Review and Clarifications • Review the redline plans prepared by the Construction Contractor and coordination with COE and the Construction Contractor to clarify any questions. This does not include verification of the installed improvements except as noted below. 2) ADA Curb Ramp Certification or MEF • Review the construction survey of the ADA features constructed on the project and determination if the final curb ramps meet ADA requirements. • Certification of curb ramps meeting ADA requirements • Coordination with COE to have the Contractor make corrections or development of MEF documentation for any curb ramps that do not meet ADA requirements 1201 Third Avenue, Suite 550 • Seattle, WA 98101 • Office 205.639.5454 • Fax 360.352.1509 • scjalliance.com Packet Pg. 26 2.3.a ��l�i 400- -410- 0- Edmonds Hwy 99 Gateway -Revitalization, Stage 2 SCJ ALLIANCE Amendment 5 (SDC) CONSULTING SERVICES Page 5 of 5 3) As -Built Plans • Development of AutoCAD As-Builts based on incorporation of the redline revisions into the Conformed AutoCAD files. • Incorporation of the ADA As -Built survey into the Civil3D surface and AutoCAD As -Built Plans. • Provide up to 3 (three) 11x17 copies of the As -Built Plans to COE. • Provide up to 1 (one) 22x34 copy of the As -Built Plans to COE. 4) Close-out and Transmittal • Archive the CAD files for the project onto a DVD for COE and SCJ Alliance storage. Deliverables • ADA curb ramp certification or MEF documentation (PDF) • AutoCAD and Civil3D As -Built Files (DVD) • Up to three (3) 11x17 and one (1) copy of As -Built plans (Printed Copies) Phase 34 Stage 2, SDC Management Reserve Work in this Phase includes specific requests that do not fit in the Scope of Work or LOE of the other Phases and must be approved, in advance, by the City. A budget of 5% of the subtotal was ($90,334) was assumed ($4,514). Phase 35 Stage 2, SDC Expenses Expenses will be charged on a time and material basis and include items such as travel, mileage, plan reproduction, etc. A budget of $500 will be included in the contract for expenses. End of Proposal Edmonds_Hwy99_Stg2_Amendment 5—SCOPE .2022-0406.docx 1201 Third Avenue, Suite 550 • Seattle, WA 98101 • Office 205.639.5454 • Fax 360.352.1509 • scjalliance.com Packet Pg. 27 2.3.a Exhibit C Consultant Fee Determination Summary SCJ Alliance Client: City of Edmonds Project: Highway 99 Gateway -Revitalization Stage Job #: 00-077501 File Name: Edmonds_Hwy99_Stg2_Amendment_5_FEE_2022-0403.xism Consultant Fee Determination DIRECT SALARY COST Classification Hours Direct Hourly Rate Principal 103.0 $102.40 E4 Engineer 139.0 $51.75 E3 Engineer 188.4 $44.42 E4 Engineer 70.0 $47.45 L4 Landscape 53.0 $38.95 PM1 Project Manager 33.0 $40.71 Project Coordinator) 20.2 $31.80 OVERHEAD Overhead Rate: 151.79% Direct Salary Cost: $33,482 FIXED FEE Fixed Fee Rate: 30.00% Direct Salary Cost: $33,482 TOTAL SALARY COST REIMBURSABLE EXPENSES SCJ ALLIANCE Template Version: 8/5/2021 Contract Type: LAG Contract Total Direct Salary Cost I otal Ulrect salary cost Overhead Cost Fixed Fee Cost Total Salary Cost Amount $10,548 $7,193 $8,369 $3,322 $2,064 $1,344 $642 $33,482 $50,822 $10,044 $94,348 Travel, Printing, etc. Estimate of the Direct Salary Costs $500 Expenses Subtotal: $500 Total Estimated Budget: $94,848 4/6/2022 Packet Pg. 28 Consultant Labor Hour Estimate SO Alliance Client: City of Edmonds Project: Highway 99 Gateway -Revitalization Stage 2 Job 4: 00-077501 File Name: Edmonds_Hwy99_Stg2_Amendment_5_FEE_2022-0403.xism SCJ ALLIANCE coaa-mo 3CnvK[S Phase & Phase &Task Title Task No. Principal E4 Engineer E3 Engineer E4 Engineer L4 Landscape PM1 Project Manager g Project Coordinator I Total Direct Labor Hours &Cost Total Cost PHASE 30 STAGE 2, SDC PROJECT MANAGEMENT & MEETINGS Task 1 Contract Administration 1 Manage Contract 1.0 2.0 3.0 $ 468 2 Monthly Invoicing and Progress Reports 5.0 5.0 $ 1,443 3 Team Coordination and Management 10.0 10.0 $ 2,886 4 Scope, Schedule & Budget Monitoring and Control 5.0 5.0 $ 1,443 5 Monitor and Track SDC Requests and Responses 10.0 10.0 $ 1,458 6 Document Controls 20.0 20.0 $ 2,503 Subtotal Hours: 21.0 1 10.0 1 20.0 1 2.0 53.0 $ 10,201 Task 2 Meetings 1 Pre -Construction Meeting 3.0 3.0 $ 866 2 Weekly Construction Meetings (8) 4.0 4.0 2.0 1.0 1.0 12.0 $ 2,147 Subtotal Hours: 7.0 4.0 2.0 1.0 1.0 15.0 $ 3,013 Total Phase Hours:1 28.0 10.0 24.0 2.0 1.0 1.0 2.0 68.0 $ 68 Total Phase Direct Labor: $2,867.31 $517.50 $1,066.08 $94.91 $38.95 $40.71 $63.60 $4,689.06 $ 13,213 PHASE 31 STAGE 2, SDC OFFICE ENGINEERING Task 1 Task Title 1 Submittals Subtask Title Shop Drawings 8.0 8.0 8.0 4.0 4.0 32.0 $ 5,443 2 4.0 8.0 8.0 20.0 $ 3,391 3 4.0 8.0 8.0 20.0 $ 3,391 4 RFIs 40.0 80.0 60.0 40.0 40.0 20.0 10.2 290.2 $ 43,666 Subtotal Hours: 56.0 104.0 60.0 64.0 44.0 24.0 10.2 362.2 $ 55,891 Total Phase Hours: 56.0 104.0 60.0 64.0 44.0 24.0 10.2 362.2 $ 362 Total Phase Direct Labor: $5,734.62 $5,382.00 $2,665.20 $3,037.09 $1,713.71 $977.12 $324.36 $19,834.10 $ 55,891 2 or4 Packet Pg. 29 Consultant Labor Hour Estimate SCJ Alliance Client: City of Edmonds Project: Highway 99 Gateway -Revitalization Stage 2 Job 4: 00-077501 File Name: Edmonds_Hwy99_Stg2_Amendment_5_FEE_2022-0403.xism SCJ ALLIANCE coaa-mo 3CnvK[S Phase & Phase &Task Title Principal Task No. E4 Engineer E3 Engineer E4 Engineer L4 Landscape PM1 Project Manager g Project Coordinator I Total Direct Labor Hours &Cost Total Cost PHASE 32 STAGE 2, SDC CHANGE ORDERS Task 1 Sign and Artwork Change Order 1 Coordination with HBB 1.0 8.0 9.0 $ 1,290 2 Revision of Civil Drawings 1.0 8.0 2.0 2.0 13.0 $ 1,739 3 Package Preparation 1.0 2.0 3.0 $ 539 4 Estimate 1.0 2.0 3.0 $ 539 Subtotal Hours: 4.0 20.0 2.0 2.0 28.0 $ 4,107 Task 2 Additional Change Order 1 Revision of Civil Drawings 1.0 4.0 8.0 2.0 2.0 17.0 $ 2,322 2 Package Preparation 1.0 2.0 3.0 $ 539 3 Estimate 1.0 2.0 3.0 $ 539 Subtotal Hours: 3.0 4.0 12.0 2.0 2.0 23.0 $ 3,400 Total Phase Hours: 7.0 4.0 32.0 4.0 4.0 51.0 $ 51 Total Phase Direct Labor: $716.83 $207.00 $1,421.44 $155.79 $162.85 $2,663.91 $ 7,507 PHASE 33 STAGE 2, SDC AS -BUILT PLANS Task 1 Sign and Artwork Change Order 1 As -Built Review and Clarifications 1.0 4.0 4.0 9.0 $ 1,372.55 2 ADA Curb Ramp Certification or MEF 1.0 12.0 13.0 $ 2,038.48 3 As -Built Plans 1.0 60.0 61.0 $ 7,798.83 4 Close-out and Transmittal 4.0 4.0 4.0 12.0 $ 2,013.38 Subtotal Hours: 7.0 16.0 68.0 4.0 95.0 $ 13,223.24 Total Phase Hours: 7.0 16.0 68.0 4.0 95.0 $ 95.0 Total Phase Direct Labor: $716.83 $828.00 $3,020.56 $127.20 $4,692.59 $ 13,223.24 PHASE 34 STAGE 2, SDC MANAGEMENT RESERVE Task 1 Management Reserve 1 Management Reserve 5.0 5.0 4.4 4.0 4.0 4.0 4.0 30.4 $ 4,514 Subtotal Hours: 5.0 5.0 4.4 4.0 4.0 4.0 4.0 30.4 $ 4,514 3of4 Packet Pg. 30 Consultant Labor Hour Estimate SO Alliance Client: City of Edmonds Project: Highway 99 Gateway -Revitalization Stage 2 Job 4: 00-077501 File Name: Edmonds_Hwy99_Stg2_Amendment_5_FEE_2022-0403.xism SCJ ALLIANCE coaa—mo 3CnvK[S Phase & Phase & Task Title Task No. Principal E4 Engineer E3 Engineer E4 Engineer L4 Landscape PM1 Project Manager Project Coordinator Total Direct Labor Hours & Cost Total Cost Total Phase Hours: 5.0 5.0 4.4 4.0 4.0 1 4.0 1 4.0 30.4 $ 30 Total Phase Direct Labor: $512.02 $258.75 $195.45 $189.82 $155.79 $162.85 $127.20 $1,601.88 $ 4,514 Total Hours All Phases 103.0 139.0 188.4 70.0 53.0 33.0 20.2 606.6 $ 607 Total Direct Labor Estimate All Phases $10,547.60 $7,193.25 $8,368.73 $3,321.82 $2,064.24 $1,343.55 $642.36 $33,481.54 $ 94,348 Indirect Costs Reimbursable Expenses: Total: Travel, Printing, etc. $ 500 $ 94,848 4 of 4 Packet Pg. 31 2.4 City Council Agenda Item Meeting Date: 04/12/2022 Presentation of DOE grant agreement for design and construction for Phase 1 of the Edmonds Marsh Water Quality Improvement Project. Staff Lead: Rob English Department: Engineering Preparer: Emiko Rodarte Background/History None Staff Recommendation Forward the item to the consent agenda for approval at the next City Council meeting. Narrative The project proposes to add best management practices (BMPs) at seven catch basins along the west side of State Route 104 which discharge directly into the Edmonds Marsh. The highway runoff currently discharges untreated into the marsh and has been identified as having contamination of concern which may be a barrier to further efforts to restore the marsh complex as valuable habitat for foraging salmon. Phase 1 proposes to implement BMPs along the entire west side of SR-104, most likely in the form of filter catch basins. The City, with the aid of a grant from the Department of Ecology, is proposing to move forward with a project to address this known water quality concern. Future phases will look at treating the east side of the highway and/ or runoff from the commercial strip mall area along the north edge of the marsh, which all discharge untreated into the Marsh. The City worked with WSDOT prior to submitting this application to the Department of Ecology, in order to ensure the project would be permitted within State right-of-way. WSDOT's role will be limited to their permitting authority and the City will coordinate permits with WSDOT as needed. The attached agreement is required in order to receive the Ecology funding needed for this project. The agreement outlines the grant funding being provided and Ecology's requirements during design, construction and a post construction report. The following table outlines the estimated cost and Ecology's grant funding contribution for the project. Task Total Cost City SW Funds Ecology Grant Design $ 98,000 $ 24,500 $ 73,500 Construction $ 320,000 $ 80,000 $ 240,000 Total $ 418,000 $ 104,500 $ 313,500 Packet Pg. 32 2.4 A draft agreement is attached for review. Ecology is currently completing their final review of the agreement and no major changes are expected, since Ecology prepared the initial draft. Attachments: DOE Draft Agreement - Edmonds Marsh Packet Pg. 33 2.4.a DEPARTMENT OF ECOLOGY State of Washington Agreement WQC-2022-Edmond-00009 WATER QUALITY COMBINED FINANCIAL ASSISTANCE AGREEMENT BETWEEN THE STATE OF WASHINGTON DEPARTMENT OF ECOLOGY AND CITY OF EDMONDS This is a binding Agreement entered into by and between the State of Washington, Department of Ecology, hereinafter referred to as "ECOLOGY" and the CITY OF EDMONDS hereinafter referred to as the "RECIPIENT" to carry out with the provided funds, the activities described herein. GENERAL INFORMATION Project Title: Total Cost: Total Eligible Cost: Ecology Share: Recipient Share: The Effective Date of this Agreement is: The Expiration Date of this Agreement is no later than: Project Type: Edmonds Marsh Water Quality Improvements Phase I $ 418,000.00 $ 418,000.00 $ 313,500.00 $ 104,500.00 7/1/2021 12/31/2025 Stormwater Facility Proiect Short Description: (500-character limit, includes spaces) This project will improve water quality in the Edmonds Marsh through design of best management practices (BMPs) at seven catch basins along the west side of State Route 104 in the City of Edmonds. This project will provide enhanced treatment for high traffic urban highway runoff. Further benefits of this project include addressing water quality concerns that are limiting a larger project to reconnect the Edmonds Marsh to Puget Sound with the goal of increasing juvenile salmon foraging habitat. Proiect Long Description: (4,000-character limit, includes spaces) The Edmonds Marsh (the Marsh) is a tidally influenced wetland that is currently about 28 acres, one of the largest remaining estuarine marshes in the Lake Washington/Cedar/Sammamish Watershed (WRIA 8) nearshore environment. It is a remnant of a much larger estuarine wetland that was more than 100 acres in size and a barrier sand spit protects the Marsh from Puget Sound. A tide gate that is permanently open, except for emergencies, connects the Marsh to Packet Pg. 34 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: 2.4.a Page 2 of 46 Puget Sound. The Marsh provides freshwater wetland, estuarine marsh, mudflat habitat, and will support foraging habitat for juvenile salmon pending completion of the City of Edmonds Marsh restoration project. Willow and Shellabarger Creeks bring freshwater flow into the Marsh. The RECIPIENT is working on a major daylighting project to restore the connection between Willow Creek and Edmonds Marsh and Puget Sound, daylighting parts of Willow Creek, and improving Chinook salmon habitat. This larger restoration project is on hold until the RECIPIENT can secure property rights. This project will contribute to this restoration by reducing pollutants that enter the Marsh from stormwater via catch basins along State Route 104 (SR-104). The project area includes seven catch basins on the west side of SR-104 covering 1.35 acres of pollution generating surface that currently have no water quality treatment. All seven of these catch basins discharge into the Marsh and one discharges directly into Willow Creek. Stormwater from all of these catch basins combine with the flow from Willow Creek/Edmonds Marsh complex. At the west end of the Marsh, a tide floodgate pipes and controls these creek flows, and connects them to Puget Sound when they are open. Because these catch basins are located within the City of Edmonds but within the Washington State Department of Transportation (WSDOT) right of way, the RECIPIENT will partner with WSDOT to delineate the wetland areas near the catch basins, get the appropriate permits, and design any required mitigation. The proposed best management practices (BMPs) are all SWMMWW BMPs or Technology Assessment Protocol -Ecology (TAPE) approved devices that can treat the priority pollutants in the available space with minimal intrusion into the wetland. Highway runoff is isolated from upland flows in this area and each basin has its own direct discharge into the Marsh. BMPs will provide enhanced treatment for urban runoff from the high -volume state highway. Overall Goal: (1,000-character limit, includes spaces) This project will help protect and restore water quality in Washington state by reducing stormwater impacts from existing infrastructure and development. Packet Pg. 35 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: RECIPIENT INFORMATION Organization Name: City of Edmonds Mailing Address: 121 5ch Avenue N Edmonds, Washington 98020 Physical Address: 121 5ch Avenue N Edmonds, Washington 98020 Organization Email: mike.delilla@edmondswa.gov Contacts 2.4.a Page 3 of 46 Project Manager Mike De Lilla Senior Utilities Engineer 121 5th Ave N Edmonds, Washington 98020 (425) 771-0220 mike.delilla@edmondswa.gov Authorized Mike Nelson Signatory Mayor 121 5th Ave N Edmonds, Washington 98020 (425) 771-0220 michael.nelson@edmondswa.gov Billing Contact Mike De Lilla 121 5th Ave N Edmonds, Washington 98020 (425) 771-0220 mike.delilla@edmondswa.gov Packet Pg. 36 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: ECOLOGY INFORMATION Mailing Address: Department of Ecology Water Quality PO BOX 47600 Olympia, WA 98504-7600 Physical Address: Department of Ecology 300 Desmond Drive SE Lacey, WA 98503 Contacts Project Amy Waterman Manager 15700 Dayton Avenue N. Shoreline, WA 98133 Email: amwa461@ecy.wa.gov Phone: 206-594-0143 Financial Melissa Conger Manager PO Box 47600 Olympia, WA 98504-7600 Email: meco461@ECY.WA.GOV Phone: 360-706-4202 Technical Joey Jiang Advisor PO Box 47600 Olympia, WA 98504-7600 Email: jjia461@ECY.WA.GOV Phone: (360)529-7611 2.4.a Page 4 of 46 Packet Pg. 37 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: 2.4.a Page 5 of 46 RECIPIENT agrees to furnish the necessary personnel, equipment, materials, services, and otherwise do all things necessary for or incidental to the performance of work as set forth in the Scope of Work. RECIPIENT agrees to read, understand, and accept all information contained within this entire Agreement. Furthermore, RECIPIENT acknowledges that they have reviewed the terms and conditions of this Agreement, Scope of Work, attachments, all incorporated or referenced documents, as well as all applicable laws, statutes, rules, regulations, and guidelines mentioned in this agreement. This Agreement contains the entire understanding between the parties, and there are no other understandings or representations other than as set forth, or incorporated by reference, herein. This Agreement shall be subject to the written approval of Ecology's authorized representative and shall not be binding until so approved. The signatories to this Agreement represent that they have the authority to execute this Agreement. Washington State Department of Ecology City of Edmonds Vincent McGowan Date Mike Nelson Date Water Quality Mayor Program Manager Additional City/County Signatories Date Packet Pg. 38 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: SCOPE OF WORK Task Number: 1 Task Title: Grant and Loan Administration Task Cost: $12,800 2.4.a Page 6 of 46 Task Description: A. The RECIPIENT shall carry out all work necessary to meet ECOLOGY grant or loan administration requirements. Responsibilities include, but are not limited to: maintenance of project records; submittal of requests for reimbursement and corresponding backup documentation; progress reports; an EAGL (Ecology Administration of Grants and Loans) recipient closeout report; and a two -page Final Report (including photos, if applicable). In the event that the RECIPIENT elects to use a contractor to complete project elements, the RECIPIENT shall retain responsibility for the oversight and management of this funding agreement. B. The RECIPIENT shall keep documentation that demonstrates the project is in compliance with applicable procurement, contracting, and interlocal agreement requirements; permitting requirements, including application for, receipt of, and compliance with all required permits, licenses, easements, or property rights necessary for the project; and submittal of required performance items. This documentation shall be made available to ECOLOGY upon request. C. The RECIPIENT shall maintain effective communication with ECOLOGY and maintain up-to-date staff contact information in the EAGL system. The RECIPIENT shall carry out this project in accordance with any completion dates outlined in this agreement. Task Goal Statement: Properly managed and fully documented project that meets ECOLOGY's grant and loan administrative requirements. Task Expected Outcome: * Timely and complete submittal of requests for reimbursement, quarterly progress reports, Recipient Closeout Report, and two -page Outcome Summary Report. * Properly maintained project documentation. Grant and Loan Administration Deliverables Number Description Due Date 1.1 Progress Reports that include descriptions of work accomplished, project challenges, and changes in the project schedule. Submitted at least quarterly. 1.2 Recipient Closeout Report (EAGL Form). 1.3 Two -page Outcome Summary Report. Packet Pg. 39 2.4.a Agreement No: WQC-2022-Edmond-00009 Page 7 of 46 Project Title: Recipient Name: SCOPE OF WORK Task Number: 2 Task Cost: $12,800 Task Title: Cultural and Environmental Reviews, and Permitting Task Description: The RECIPIENT shall ensure the following items are completed and provide the associated deliverables to ECOLOGY. The RECIPIENT must approve all materials prior to submitting them to ECOLOGY for acceptance. A. The RECIPIENT will provide both the ECOLOGY project manager and separegister@ecy.wa.gov an initial consultation on the draft State Environmental Policy Act (SEPA) documents. B. The RECIPIENT will notify the ECOLOGY project manager, in addition to the required distribution and public notice, when SEPA documents have been issued for the official comment period, which is a minimum of 21 days. C. The RECIPIENT is responsible for application of, receipt of, and compliance with all required local, state, tribal and federal permits, licenses, easements, or property rights necessary for the project. 1. The RECIPIENT will provide a wetland delineation for the entire protect area. This delineation will be uploaded to EAGL. 2. The RECIPIENT will provide documentation of HPA and 401 certification, if required. Documentation will be uploaded to EAGL. D. The RECIPIENT will submit the documents listed below to ECOLOGY to initiate cultural resources review. Property acquisition and above and below ground activities proposed at any project site must be reviewed for potential affects to cultural resources. The RECIPIENT will submit the Cultural Resources Review Form to ECOLOGY, using the ECOLOGY template. Any supporting materials must conform to the Department of Archeology and Historic Preservation's Washington State Standards for Cultural Resource Reporting. The Cultural Resources Review Form template may be found on the ECOLOGY website. 2. The RECIPIENT will submit an Inadvertent Discovery Plan (IDP) to ECOLOGY, using the ECOLOGY template. The RECIPIENT will ensure that all contractors and subcontractors have a copy of the completed IDP prior to and while working on -site. The IDP template may be found on the ECOLOGY website. The RECIPIENT must receive written notice from ECOLOGY prior to proceeding with work. Examples of work may include (but are not limited to) geotechnical work, acquisition, site prep work, and BMP installations. Work done prior to written notice to proceed shall not be eligible for reimbursement. Task Goal Statement: The RECIPIENT will complete all cultural and environmental reviews and permitting tasks in a timely manner Task Expected Outcome: The project will meet the requirements set forth by the cultural resource protection requirements, State Environmental Policy Act, and all other applicable federal, state, and local laws, and regulations. Cultural, Environmental Review, and Permitting Deliverables Packet Pg. 40 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: 2.4.a Page 8 of 46 Number Description Due Date 2.1 SEPA checklist, or other documentation for projects considered exempt from SEPA review. Upload to EAGL and notify ECOLOGY when upload is complete. 2.2 List of permits acquired and environmental review documents. Upload to EAGL and notify ECOLOGY when upload is complete, including landowner acknowledgement form. 2.3 Wetland delineation for the Project Area. Upload to EAGL and notify ECOLOGY when upload is complete. 2.4 HPA Permit and 401 Permit, if required. Upload to EAGL and notify ECOLOGY when upload is complete 2.5 Cultural Resources Review Form. Email the form and any supplemental cultural resources documentation directly to the ECOLOGY Project Manager. ECOLOGY will upload documentation to EAGL when cultural resources is complete. 2.6 Inadvertent Discovery Plan. Upload to EAGL and notify ECOLOGY when upload is complete. v m 0 L z L R rn c 0 w m N R z a 4- 0 c N a� L �0 r c m E m a� L r L W 0 0 0 r r L t N L C� G U) 0 E W a Packet Pg. 41 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: SCOPE OF WORK Task Number: 3 Task Title: Easement Acquisition Task Cost: $11,000 2.4.a Page 9 of 46 Task Description: The purpose of this task is to acquire an easement for the construction of an ECOLOGY approved Stormwater facility. All final decisions on property acquisitions, easements, or leases will be based on the Recreation and Conservation Office (RCO) Acquisition Manual (Version 3) found here: rco.wa.gov. The RECIPIENT will ensure that the property is suitable for the proposed water quality project. The RECIPIENT may seek reimbursement for staff time spent directly on the easement negotiation. The RECIPIENT shall not use ECOLOGY funds for easement acquisitions that extend beyond the footprint and maintenance access of the approved stormwater facilities. The RECIPIENT shall not at any time convert any real property for the length of the design life of the ECOLOGY approved facility. This includes acquisition projects, such as one involving a lease or a term limited project or easement. 1. The RECIPIENT will complete either the following steps (A. — H.) OR the alternative in 2. A. Accompanying the submittal of the design report, the RECIPIENT will identify all properties or property rights, or both, temporary or permanent, necessary for the construction and maintenance of treating stormwater runoff B. The RECIPIENT shall inspect, investigate, and conduct an environmental review that includes the Property Assessment Checklist and Hazardous Substances Certification of the proposed acquisition site for the presence of hazardous substances as defined in RCW 70.105D.020(13). If hazardous substances are found, refer to Section 2 of the Special Terms and Conditions of this agreement. C. The RECIPIENT shall obtain an appraisal from a State Certified General Real Estate Appraiser and submit a copy for ECOLOGY review. The appraisal report must comply with the Uniform Standards of Professional Appraisal Practice (USPAP) and may not be a restricted -use report. Appraisals for state -funded grant projects are considered valid for one year from the effective or valuation date of the appraisal. Appraisal instructions are available on Washington State Recreation and Conservation Office's Website (rco.wa.gov). D. The RECIPIENT will obtain a review of the appraisal by a certified third party to confirm the value of record and submit a copy for ECOLOGY review. E. The RECIPIENT will submit a preliminary title report that identifies encumbrances, and the type of ownership interest for the property that will be acquired, and will include a boundary map. The RECIPIENT will purchase and submit the title insurance policy. F. If applicable, the RECIPIENT will complete a baseline inventory of the property prior to closing. G. The RECIPIENT will prepare and submit Deed of Right for ECOLOGY review and approval. The Deed of Right will include the duties and responsibilities to uphold the purposes outlined in this agreement, through the design life for water quality benefits. H. The RECIPIENT will acquire the property and ensure the conveyance documents are recorded in the RECIPIENT's name (e.g., deed, easement, lease) and with the county auditor's office and provide a copy to ECOLOGY Packet Pg. 42 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: 2.4.a Page 10 of 46 2. In place of steps 1A. —1.H., the RECIPIENT will acquire an agreement with WSDOT for permanent maintenance and prevention of disturbance of all facilities installed under this grant agreement and ensure the conveyance documents are recorded in the RECIPIENT's name (e.g., deed, easement, lease) and with the county auditor's office and provide a copy to ECOLOGY. This agreement will be mutually agreeable to ECOLOGY and be executed before the design of the project is complete. ECOLOGY reserves the right to withhold reimbursements if a mutually agreeable document is not executed in a timely manner. Task Goal Statement: The RECIPIENT will complete all tasks related to easement acquisition or WSDOT agreement and respond to ECOLOGY comments in a timely manner. Task Expected Outcome: The final outcome of this task will be the acquisition of the easement or permanent protection of the stormwater BMPs and clear maintenance plan under mutually acceptable terms. Easement Acquisition Deliverables Number Description Due Date 3.1 Hazardous Substances Certification and Property Assessment Checklist. Upload to EAGL and notify ECOLOGY when upload is complete. 3.2 Appraisal from a State Certified General Real Estate Appraiser. Email directly to ECOLOGY Project Manager with confidentiality statement. 3.3 Independent review of the appraisal. Email directly to ECOLOGY Project Manager and provide a confidentiality statement. 3.4 Preliminary Title Report that shows the type of ownership interest and encumbrances for the property that will be acquired. Upload to EAGL and notify ECOLOGY when upload is complete. 3.5 Final Title Report that shows the type of ownership interest and encumbrances for the property that will be acquired. Upload to EAGL and notify ECOLOGY when upload is complete. 3.6 Baseline inventory. Upload to EAGL and notify ECOLOGY when upload is complete. 3.7 Deed of Right. Upload to EAGL and notify ECOLOGY when upload is complete. 3.8 Final conveyance documents (deed, easement, etc) OR final WSDOT agreement with ECOLOGY acceptance. Upload final approved copy to EAGL and notify ECOLOGY when upload is complete. Packet Pg. 43 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: SCOPE OF WORK Task Number: 4 Task Title: Design Plans and Specifications Task Cost: $61,400 2.4.a Page 11 of 46 Task Description: The RECIPIENT shall ensure the following items are completed and provide the associated deliverables to ECOLOGY. The RECIPIENT must approve all materials prior to submitting them to ECOLOGY for acceptance. A. The RECIPIENT will develop a stormwater project design. The design submittals must conform to the Design Deliverables for Stormwater Projects with Ecology Funding (Design Deliverables Document). Projects must be designed in accordance with the Stormwater Management Manual for Eastern Washington, Stormwater Management Manual for Western Washington, or equivalent manual. Refer to the ECOLOGY website for specific guidance. Project must be reviewed and accepted in writing by ECOLOGY to be eligible for reimbursement. The RECIPIENT will upload the design submittals listed below to EAGL for ECOLOGY review. Reduce design figures to 11x17 inches in size and ensure they are legible. The RECIPIENT will submit a Design Report to ECOLOGY for review and acceptance. Allow 45 calendar days for ECOLOGY review. The RECIPIENT agrees to respond to ECOLOGY comments. The RECIPIENT must receive an Ecology Design Report Acceptance Letter prior to proceeding to 90 Percent Design. The RECIPIENT will submit a 90 Percent Design Package to ECOLOGY for review and acceptance. At a minimum, this package must include 90 percent plans, specifications, engineer's opinion of cost, which includes a schedule of eligible costs, and project construction schedule. The current required bid inserts and specifications may be found on the Ecology website. Allow 45 calendar days for ECOLOGY review. The RECIPIENT agrees to respond to ECOLOGY comments. The RECIPIENT must receive an Ecology 90 Percent Design Acceptance Letter prior to proceeding Final Design. 3. The RECIPIENT will submit a Final Bid Package to ECOLOGY for review and acceptance prior to advertising the project. The Final Bid Package includes: project plans, specifications, engineer's opinion of cost including a schedule of eligible costs, and project construction schedule. Allow 15 calendar days for ECOLOGY review. B. If the design of any of the facilities under this grant agreement requires mitigation to the Class II wetland (Edmonds Marsh) then RECIPIENT will provide a wetland mitigation plan as part of the design reports. C. The RECIPIENT will calculate and submit a preliminary equivalent new/re-development area for the completed retrofit project(s) using the methods outlined in the Design Deliverables Document. D. The RECIPIENT will submit a preliminary GIS compatible project area in shapefile, geodatabase file, or ECOLOGY - approved equivalent. The project area should include polygon features for stormwater facilities and contributing areas. Task Goal Statement: The RECIPIENT will complete all design tasks and respond to ECOLOGY comments in a timely manner. Packet Pg. 44 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: Task Expected Outcome: 2.4.a Page 12 of 46 The project will meet the requirements set forth by ECOLOGY water quality facility design standards and all other applicable federal, state, and local laws, and regulations. Design Plans and Specifications Deliverables Number Description Due Date 4.1 Contract documents (if contracting out for design). Upload to EAGL and notify ECOLOGY when upload is complete. 4.2 Design Report. Upload to EAGL and notify ECOLOGY when upload is complete. Include wetland mitigation plan, if needed. 4.3 Responses to ECOLOGY Design Report comments. Upload to EAGL and notify ECOLOGY when upload is complete. 4.4 ECOLOGY Design Report Acceptance Letter. Upload to EAGL and notify ECOLOGY when upload is complete. 4.5 90 Percent Design Package. Upload to EAGL and notify ECOLOGY when complete. 4.6 Responses to ECOLOGY 90 Percent Design Package comments. Upload to EAGL and notify ECOLOGY when upload is complete. 4.7 ECOLOGY 90 Percent Design Acceptance Letter. Upload to EAGL and notify ECOLOGY when upload is complete. 4.8 Wetland Mitigation Plan, if required. Upload to EAGL and notify ECOLOGY when upload is complete. 4.9 Preliminary equivalent new/redevelopment area determination. Upload to EAGL and notify ECOLOGY when upload is complete. 4.10 Preliminary project area shapefile, geodatabase file, or ECOLOGY -approved equivalent. 4.11 Final Bid Package. Upload to EAGL and notify ECOLOGY when upload is complete. 4.12 Responses to ECOLOGY Final Bid Package comments. Upload to EAGL and notify ECOLOGY when upload is complete. 4.13 Ecology Final Bid Package Acceptance Letter. Upload to EAGL and notify ECOLOGY when upload is complete. 4.14 Bid documents (e.g. bid announcement, bid tabulations, and bid award). Upload to EAGL and notify ECOLOGY when upload is complete. Packet Pg. 45 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: SCOPE OF WORK Task Number: 5 Task Title: Construction Management Task Cost: $30,400 2.4.a Page 13 of 46 Task Description: The RECIPIENT shall ensure the following items are completed and provide the associated deliverables to ECOLOGY. The RECIPIENT must approve all materials prior to submitting them to ECOLOGY for acceptance. A. The RECIPIENT will provide construction oversight and management of the project. B. The RECIPIENT will submit a detailed Construction Quality Assurance Plan (CQAP) to ECOLOGY for review and acceptance before the start of construction. This plan must describe how the RECIPIENT will perform adequate and competent construction oversight. Guidance for CQAP development is located in the Design Deliverables Document available on the ECOLOGY website. Allow 15 calendar days for ECOLOGY review. C. The RECIPIENT will conduct a pre -construction conference meeting and invite ECOLOGY to attend. D. The RECIPIENT will submit a project schedule prior to the start of construction and whenever major changes occur E. Prior to execution, the RECIPIENT will submit to ECOLOGY any eligible change orders that deviate from ECOLOGY - accepted plans and specifications. ECOLOGY must review and accept all change orders that affect grant eligible activities prior to implementation. Allow 10 calendar days for ECOLOGY review. Task Goal Statement: The RECIPIENT will oversee and manage construction, communicate with ECOLOGY in a timely fashion, and provide ECOLOGY with all requested project documentation. Task Expected Outcome: The project will be constructed on schedule and in accordance with accepted plans. Construction Management Deliverables Number Description Due Date 5.1 Construction Quality Assurance Plan. Upload to EAGL and notify ECOLOGY when upload is complete. Upload ECOLOGY acceptance documentation. 5.2 Pre -Construction Conference Meeting Minutes. Upload to EAGL and notify ECOLOGY when upload is complete. 5.3 Project Schedule. Submit prior to construction and when changes occur. Upload to EAGL and notify ECOLOGY when upload is complete. 5.4 Change Order(s). Upload to EAGL and notify ECOLOGY when upload is complete. Upload ECOLOGY acceptance documentation. Packet Pg. 46 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: SCOPE OF WORK Task Number: 6 Task Title: Construction Task Cost: $281,600 2.4.a Page 14 of 46 Task Description: The RECIPIENT shall ensure the following items are completed and provide the associated deliverables to ECOLOGY. The RECIPIENT must approve all materials prior to submitting them to ECOLOGY for acceptance. A. The RECIPIENT will complete construction of the project in accordance with ECOLOGY -accepted plans and specifications. The construction project will include installation of seven SWMMWW BMP's or TAPE GUILD devices to mitigate runoff from 1.35 acres of pollution -generating impervious surfaces. B. Stormwater Construction Completion Form signed by a professional engineer indicating that the project was completed in accordance with the plans and specifications, and major change orders approved by ECOLOGY's Project Engineer and shown on the Record Drawings. The Stormwater Construction Completion Form can be found on the ECOLOGY website. Task Goal Statement: Construction of the project in accordance with ECOLOGY -accepted plans and specifications. Task Expected Outcome: Constructed project will provide water quality benefits including reductions in TSS, dissolved copper and zinc from a high -volume urban roadway Construction Deliverables Number Description Due Date 6.1 Signed and dated construction contract. Upload to EAGL and notify ECOLOGY when upload is complete. 6.2 Stormwater Construction Completion Form. Upload to EAGL and notify ECOLOGY when upload is complete. Packet Pg. 47 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: SCOPE OF WORK Task Number: 7 Task Title: Project Close Out Task Cost: $8,000 2.4.a Page 15 of 46 Task Description: The RECIPIENT shall ensure the following items are completed and provide the associated deliverables to ECOLOGY. The RECIPIENT must approve all materials prior to submitting them to ECOLOGY for acceptance. A. The RECIPIENT will operate and maintain the constructed facility for the design life of the facility. The RECIPIENT will develop and submit an Operations and Maintenance (O&M) plan for all facilities constructed with ECOLOGY funding to ECOLOGY for review. The O&M plan must address long-term activities to assure ongoing pollutant removal and flow -control capability of the project in accordance with the design manual. O&M plan development guidance is located in the Design Deliverables Document available on the ECOLOGY website. Allow 15 calendar days for ECOLOGY review. 1. O&M Plan must designate RECIPIENT, not landowner (WSDOT), as responsible for ongoing operation and maintenance of BMP's. It must also acknowledge the landowner's commitment to not replace or interfere with BMP's in future road work. The O&M plan can reference the easement from Task 3. B. The RECIPIENT will calculate and submit a final equivalent new/re-development area for the completed retrofit project(s) using the methods outlined in the Design Deliverables Document. C. The RECIPIENT will submit the final GIS compatible project area in shapefile, geodatabase file, or ECOLOGY - approved equivalent. The project area should include polygon features for stormwater facilities and contributing areas. D. The RECIPIENT will submit the Recipient Closeout Report (RCOR) in EAGL in accordance with Task 1. E. The RECIPIENT will submit the Two -page Outcome Summary Report using the ECOLOGY template in accordance to Task 1. Upload the Two -page Outcome Summary Report in the RCOR in EAGL. Task Goal Statement: The RECIPIENT will complete all close out submittals in a timely manner. Task Expected Outcome: * Timely and complete submittal of O&M plan, equivalent area calculation, GIS, Recipient Closeout Report, and Two - page Outcome Summary Report. * Proper maintenance of the constructed facility to maintain water quality benefits. Project Closeout Deliverables Number Description Due Date 7.1 Facility Operation and Maintenance Plan and accompanying easement OR maintenance agreement that RECIPIENT has developed with landowner. Upload to EAGL and notify ECOLOGY when upload is complete. Upload ECOLOGY acceptance documentation. Packet Pg. 48 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: 2.4.a Page 16 of 46 7.2 Final, as constructed, equivalent new/redevelopment area determination. Upload to EAGL and notify ECOLOGY when upload is complete. 7.3 Final, as constructed, project area shapefile, geodatabase file, or ECOLOGY - approved equivalent. Upload to EAGL and notify ECOLOGY when upload is complete. Upload ECOLOGY acceptance documentation. a Packet Pg. 49 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: BUDGET Funding Distribution Funding Title: SFAP Funding Type: Grant Funding Effective Date: 7/1/2021 Funding Expiration Date: 12/31/2025 Funding Source: State — Stormwater Financial Assistance Program Recipient Match %: 25 InKind Interlocal Allowed: No InKind Other Allowed: No Is this Funding Distribution used to match a federal grant? No 2.4.a Page 17 of 46 Stormwater Financial Assistance Program Task Total Recipient Amount ECY Amount 1. Grant and Loan Administration $12,800 $3,200 $9,600 2. Cultural, Environmental Review, and Permitting $12,800 $3,200 $9,600 3. Easement Acquisition $11,000 $2,750 $8,250 4. Design Plans and Specifications 1 $61,400 1 $15,350 1 $46,050 Total $24,500 $73,500 Total $98,000 Funding Distribution Name Recipient Match Recipient Share Ecology Share Total SFAP 25% $104,500 $313,500 $418,000 Total $104,500 $313,500 $418,000 Packet Pg. 50 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: AGREEMENT SPECIFIC TERMS AND CONDITIONS N/A SPECIAL TERMS AND CONDITIONS SECTION 1: DEFINITIONS 2.4.a Page 18 of 46 Unless otherwise provided, the following terms will have the respective meanings for all purposes of this agreement: "Administration Charge" means a charge established in accordance with Chapter 90.50A RCW and Chapter 173-98 WAC, to be used to pay Ecology's cost to administer the State Revolving Fund by placing a percentage of the interest earned in an Administrative Charge Account. "Administrative Requirements" means the effective edition of ECOLOGY's Administrative Requirements for Recipients of Ecology Grants and Loans at the signing of this agreement. "Annual Debt Service" for any calendar year means for any applicable bonds or loans including the loan, all interest plus all principal due on such bonds or loans in such year. "Average Annual Debt Service" means, at the time of calculation, the sum of the Annual Debt Service for the remaining years of the loan to the last scheduled maturity of the loan divided by the number of those years. "Acquisition" means the purchase or receipt of a donation of fee or less than fee interests in real property. These interests include, but are not limited to, conservation easements, access/trail easements, covenants, water rights, leases, and mineral rights. "Centennial Clean Water Program" means the state program funded from various state sources "Contract Documents" means the contract between the RECIPIENT and the construction contractor for construction of the project. "Cost Effective Analysis" means a comparison of the relative cost -efficiencies of two or more potential ways of solving a water quality problem as described in Chapter 173-98-730 WAC. "Defease" or "Defeasance" means the setting aside in escrow or other special fund or account of sufficient investments and money dedicated to pay all principal of and interest on all or a portion of an obligation as it comes due. "Effective Date" means the earliest date on which eligible costs may be incurred. "Effective Interest Rate" means the total interest rate established by Ecology that includes the Administrative Charge "Estimated Loan Amount" means the initial amount of funds loaned to the RECIPIENT. "Estimated Loan Repayment Schedule" means the schedule of loan repayments over the term of the loan based on the Estimated Loan Amount. "Equivalency" means projects designated by ECOLOGY to meet additional federal requirements. Packet Pg. 51 2.4.a Agreement No: WQC-2022-Edmond-00009 Page 19 of 46 Project Title: Recipient Name: "Expiration Date" means the latest date on which eligible costs may be incurred. "Final Accrued Interest" means the interest accrued beginning with the first disbursement of funds to the RECIPIENT through such time as the loan is officially closed out and a final loan repayment schedule is issued. "Final Loan Amount" means all principal of and interest on the loan from the Project Start Date through the Project Completion Date. "Final Loan Repayment Schedule" means the schedule of loan repayments over the term of the loan based on the Final Loan Amount. "Forgivable Principal" means the portion of a loan that is not required to be paid back by the borrower. "General Obligation Debt" means an obligation of the RECIPIENT secured by annual ad valorem taxes levied by the RECIPIENT and by the full faith, credit, and resources of the RECIPIENT. "General Obligation Payable from Special Assessments Debt" means an obligation of the RECIPIENT secured by a valid general obligation of the Recipient payable from special assessments to be imposed within the constitutional and statutory tax limitations provided by law without a vote of the electors of the RECIPIENT on all of the taxable property within the boundaries of the RECIPIENT. "Gross Revenue" means all of the earnings and revenues received by the RECIPIENT from the maintenance and operation of the Utility and all earnings from the investment of money on deposit in the Loan Fund, except (i) Utility Local Improvement Districts (ULID) Assessments, (ii) government grants, (iii) RECIPIENT taxes, (iv) principal proceeds of bonds and other obligations, or (v) earnings or proceeds (A) from any investments in a trust, Defeasance, or escrow fund created to Defease or refund Utility obligations or (B) in an obligation redemption fund or account other than the Loan Fund until commingled with other earnings and revenues of the Utility or (C) held in a special account for the purpose of paying a rebate to the United States Government under the Internal Revenue Code. "Guidelines" means the ECOLOGY's Funding Guidelines that that correlate to the State Fiscal Year in which the project is funded. "Initiation of Operation Date" means the actual date the Water Pollution Control Facility financed with proceeds of the loan begins to operate for its intended purpose. "Loan" means the Washington State Water Pollution Control Revolving Fund Loan or Centennial Clean Water Fund (Centennial) Loan made pursuant to this loan agreement. "Loan Amount" means either an Estimated Loan Amount or a Final Loan Amount, as applicable. "Loan Fund" means the special fund created by the RECIPIENT for the repayment of the principal of and interest on the loan. "Loan Security" means the mechanism by which the RECIPIENT pledges to repay the loan. "Loan Term" means the repayment period of the loan. Packet Pg. 52 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: 2.4.a Page 20 of 46 "Maintenance and Operation Expense" means all reasonable expenses incurred by the RECIPIENT in causing the Utility to be operated and maintained in good repair, working order, and condition including payments to other parties, but will not include any depreciation or RECIPIENT levied taxes or payments to the RECIPIENT in lieu of taxes. "Net Revenue" means the Gross Revenue less the Maintenance and Operation Expense. "Original Engineer's Estimate" means the engineer's estimate of construction costs included with bid documents "Principal and Interest Account" means, for a loan that constitutes Revenue -Secured Debt, the account created in the loan fund to be first used to repay the principal of and interest on the loan. "Project" means the project described in this agreement. "Project Completion Date" means the date specified in the agreement on which the Scope of Work will be fully completed. This term is only used in loan agreements. "Project Schedule" means that schedule for the project specified in the agreement. "Revenue -Secured Debt" means an obligation of the RECIPIENT secured by a pledge of the revenue of a utility and one not a general obligation of the RECIPIENT. "Reserve Account" means, for a loan that constitutes a Revenue Secured Debt and if specifically identified as a term and condition of the funding agreement, the account of that name created in the loan fund to secure the payment of the principal of and interest on the loan. "Risk -Based Determination" means an approach to sub -recipient monitoring and oversight based on risk factors associated to a RECIPIENT or project. "Scope of Work" means the tasks and activities constituting the project. "Section 319" means the section of the Clean Water Act that provides funding to address nonpoint sources of water pollution. "Senior Lien Obligations" means all revenue bonds and other obligations of the RECIPIENT outstanding on the date of execution of this loan agreement (or subsequently issued on a parity therewith, including refunding obligations) or issued after the date of execution of this loan agreement having a claim or lien on the Gross Revenue of the Utility prior and superior to the claim or lien of the loan, subject only to Maintenance and Operation Expense. "State Water Pollution Control Revolving Fund (Revolving Fund)" means the water pollution control revolving fund established by Chapter 90.50A.020 RCW. "Termination Date" means the effective date of ECOLOGY's termination of the agreement. "Termination Payment Date" means the date on which the RECIPIENT is required to repay to ECOLOGY any outstanding balance of the loan and all accrued interest. "Total Eligible Project Cost" means the sum of all costs associated with a water quality project that have been determined to be eligible for ECOLOGY grant or loan funding, including any required recipient match. Packet Pg. 53 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: 2.4.a Page 21 of 46 "Total Project Cost" means the sum of all costs associated with a water quality project, including costs that are not eligible for ECOLOGY grant or loan funding. "ULID" means any utility local improvement district of the RECIPIENT created for the acquisition or construction of additions to and extensions and betterments of the Utility. "ULID Assessments" means all assessments levied and collected in any ULID. Such assessments are pledged to be paid into the Loan Fund (less any prepaid assessments permitted by law to be paid into a construction fund or account). ULID Assessments will include principal installments and any interest or penalties which may be due. "Utility" means the sewer system, stormwater system, or the combined water and sewer system of the RECIPIENT, the Net Revenue of which is pledged to pay and secure the loan. SECTION 2: THE FOLLOWING CONDITIONS APPLY TO ALL RECIPIENTS OF WATER QUALITY COMBINED FINANCIAL ASSISTANCE FUNDING. The Water Quality Financial Assistance Funding Guidelines are included in this agreement by reference and are available on ECOLOGY's Water Quality Program website. A. Architectural and Engineering Services: The RECIPIENT certifies by signing this agreement that the requirements of Chapter 39.80 RCW, "Contracts for Architectural and Engineering Services," have been, or shall be, met in procuring qualified architectural/engineering services. The RECIPIENT shall identify and separate eligible and ineligible costs in the final architectural/engineering services contract and submit a copy of the contract to ECOLOGY. B. Acquisition: The following provisions shall be in force only if the project described in this agreement is an acquisition project: a. Evidence of Land Value and Title. The RECIPIENT shall submit documentation of the cost of the property rights and the type of ownership interest that has been acquired. b. Legal Description of Real Property Rights Acquired. The legal description of the real property rights purchased with funding assistance provided through this agreement (and protected by a recorded conveyance of rights to the State of Washington) shall be incorporated into the agreement before final payment. c. Conveyance of Rights to the State of Washington. Upon purchase of real property rights (both fee simple and lesser interests), the RECIPIENT shall execute the document necessary to convey certain rights and responsibilities to ECOLOGY, on behalf of the State of Washington. The documents required will depend on the project type, the real property rights being acquired, and whether or not those rights are being acquired in perpetuity (see options below). The RECIPIENT shall use language provided by ECOLOGY, to record the executed document in the County where the real property lies, and to provide a copy of the recorded document to ECOLOGY. Documentation Options: 1. Deed of Right. The Deed of Right conveys to the people of the state of Washington the right to preserve, protect, and/or use the property for public purposes consistent with the fund source. RECIPIENTs shall use this document when acquiring real property rights that include the underlying land. This document may also be applicable for those Packet Pg. 54 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: 2.4.a Page 22 of 46 easements where the RECIPIENT has acquired a perpetual easement for public purposes. The RECIPIENT must obtain ECOLOGY approval on the draft language prior to executing the deed of right. 2. Assignment of Rights. The Assignment of Rights document transfers certain rights such as access and enforcement to ECOLOGY. The RECIPIENT shall use this document when an easement or lease is being acquired for water quality and habitat conservation. The Assignment of Rights requires the signature of the underlying landowner and must be incorporated by reference in the easement document. 3. Easements and Leases. The RECIPIENT may incorporate required language from the Deed of Right or Assignment of Rights directly into the easement or lease document, thereby eliminating the requirement for a separate document. Language will depend on the situation; therefore, the RECIPIENT must obtain ECOLOGY approval on the draft language prior to executing the easement or lease. d. Real Property Acquisition and Relocation Assistance. 1. Federal Acquisition Policies. See Section 4 of this agreement for requirements specific to Section 319 and SRF funded projects. 2. State Acquisition Policies. When state funds are part of this agreement, the RECIPIENT agrees to comply with the terms and conditions of the Uniform Relocation Assistance and Real Property Acquisition Policy of the State of Washington, Chapter 8.26 RCW, and Chapter 468-100 WAC. 3. Housing and Relocation. In the event that housing and relocation costs, as required by federal law set out in subsection (1) above and/or state law set out in subsection (2) above, are involved in the execution of this project, the RECIPIENT agrees to provide any housing and relocation assistance required. e. Hazardous Substances. 1. Certification. The RECIPIENT shall inspect, investigate, and conduct an environmental audit of the proposed acquisition site for the presence of hazardous substances, as defined in RCW 70.105D.020(10), and certify: i. No hazardous substances were found on the site, or ii. Any hazardous substances found have been treated and/or disposed of in compliance with applicable state and federal laws, and the site is deemed "clean." 2. Responsibility. Nothing in this provision alters the RECIPIENT's duties and liabilities regarding hazardous substances as set forth in RCW 70.105D. 3. Hold Harmless. The RECIPIENT will defend, protect and hold harmless ECOLOGY and any and all of its employees and/or agents, from and against any and all liability, cost (including but not limited to all costs of defense and attorneys' fees) and any and all loss of any nature from any and all claims or suits resulting from the presence of, or the release or threatened release of, hazardous substances on the property the RECIPIENT is acquiring. f. Restriction On Conversion Of Real Property And/Or Facilities To Other Uses The RECIPIENT shall not at any time convert any real property (including any interest therein) or facility acquired, developed, maintained, renovated, and/or restored pursuant to this agreement to uses other than those purposes for which funds were approved without prior approval of ECOLOGY. For acquisition projects that are term limited, such as Packet Pg. 55 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: 2.4.a Page 23 of 46 one involving a lease or a term -limited restoration, renovation or development project or easement, this restriction on conversion shall apply only for the length of the term, unless otherwise provided in written documents or required by applicable state or federal law. In such case, the restriction applies to such projects for the length of the term specified by the lease, easement, deed, or landowner agreement. C. Best Management Practices (BMP) Implementation: If the RECIPIENT installs BMPs that are not approved by ECOLOGY prior to installation, the RECIPIENT assumes the risk that part or all of the reimbursement for that activity may be delayed or ineligible. For more details regarding BMP Implementation, please reference the Water Quality Financial Assistance Funding Guidelines available on ECOLOGY's Water Quality Program funding website. D. Electronic Fund Transfers: The RECIPIENT must register as a statewide vendor in order to receive payment reimbursement. Washington State's Department of Enterprise Services (DES) issues all payments. DES maintains a central vendor file for Washington State agency use to process vendor payments. The RECIPIENT can complete the registration process online at: http://des.wa.gov/services/ContractingPurchasing/Business/VendorPay/Pages/default.aspx. This registration process allows the RECIPIENT to sign up for direct deposit payments, also known as electronic fund transfers (EFT). If the RECIPIENT has questions about the vendor registration process or setting up direct deposit payments contact DES Payee Help Desk at (360) 407-8180or payeehelpdesk@watech.wa.gov. E. Equipment Purchase: Equipment purchases over $5,000 and not included in the scope of work or the Ecology approved construction plans and specifications, must be pre -approved by ECOLOGY's project manager before purchase. All equipment purchases over $5,000 and not included in a contract for work being completed on the funded project, must also be reported on the Equipment Purchase Report in EAGL. F. Funding Recognition: The RECIPIENT must inform the public about ECOLOGY or any EPA (see Section 3.13 for Section 319 funded or Section 5.E for SRF funded projects) funding participation in this project through the use of project signs, acknowledgement in published materials, reports, the news media, websites, or other public announcements. Projects addressing site -specific locations must utilize appropriately sized and weather -resistant signs. Sign logos are available from ECOLOGY's Financial Manager upon request. G. Growth Management Planning: The RECIPIENT certifies by signing this agreement that it is in compliance with the requirements of Chapter 36.70A RCW, "Growth Management Planning by Selected Counties and Cities." If the status of compliance changes, either through RECIPIENT or legislative action, the RECIPIENT shall notify ECOLOGY in writing of this change within 30 days. H. Interlocal: The RECIPIENT certifies by signing this agreement that all negotiated interlocal agreements necessary for the project are, or shall be, consistent with the terms of this agreement and Chapter 39.34 RCW, "Interlocal Cooperation Act." The RECIPIENT shall submit a copy of each interlocal agreement necessary for the project to ECOLOGY upon request. I. Lobbying and Litigation: Costs incurred for the purposes of lobbying or litigation are not eligible for funding under this agreement. J. Post Project Assessment Survey: The RECIPIENT agrees to participate in a brief survey regarding the key project results or water quality project outcomes and the status of long-term environmental results or goals from the project approximately three years after project completion. A representative from ECOLOGY's Water Quality Program may Packet Pg. 56 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: 2.4.a Page 24 of 46 contact the RECIPIENT to request this data. ECOLOGY may also conduct site interviews and inspections, and may otherwise evaluate the project, as part of this assessment. K. Project Status Evaluation: ECOLOGY may evaluate the status of this project 18 months from the effective date of this agreement. ECOLOGY's Project Manager and Financial Manager will meet with the RECIPIENT to review spending trends, completion of outcome measures, and overall project administration and performance. If the RECIPIENT fails to make satisfactory progress toward achieving project outcomes, ECOLOGY may change the scope of work, reduce grant funds, or increase oversight measures. L. Technical Assistance: Technical assistance for agriculture activities provided under the terms of this agreement shall be consistent with the current U.S. Natural Resource Conservation Service ("NRCS") Field Office Technical Guide for Washington State and specific requirements outlined in the Water Quality Funding Guidelines. Technical assistance, proposed practices, or project designs that do not meet these standards may be eligible if approved in writing by ECOLOGY. SECTION 3: THE FOLLOWING CONDITIONS APPLY TO SECTION 319 AND CENTENNIAL CLEAN WATER FUNDED PROJECTS BEING USED TO MATCH SECTION 319 FUNDS. The RECIPIENT must submit the following documents to ECOLOGY before this agreement is signed by ECOLOGY 1. Federal Funding Accountability and Transparency Act (FFATA) Form, available on the Water Quality Program website 2. "Section 319 Initial Data Reporting" form in EAGL. A. Data Reporting: The RECIPIENT must complete the "Section 319 Initial Data Reporting" form in EAGL before this agreement can be signed by Ecology. This form is used to gather general information about the project for EPA. B. Funding Recognition and Outreach: In addition to Section 2.F of these Terms and Conditions, the RECIPIENT shall provide signage that informs the public that the project is funded by EPA. The signage shall contain the EPA logo and follow usage requirements available at http://www2.epa.gov/stylebook/using-epa-seal-and-logo. To obtain the appropriate EPA logo or seal graphic file, the RECIPIENT may sent a request to their Ecology Financial Manager. To increase public awareness of projects serving communities where English is not the predominant language, RECIPIENTS are encouraged to provide their outreach strategies communication in non-English languages. Translation costs for this purpose are allowable, provided the costs are reasonable. The RECIPIENT shall use the following paragraph in all reports, documents, and signage developed under this agreement: "This project has been funded wholly or in part by the United States Environmental Protection Agency under an assistance agreement to the Washington State Department of Ecology. The contents of this document do not necessarily reflect the views and policies of the Environmental Protection Agency, nor does the mention of trade names or commercial products constitute endorsement or recommendation for use." C. Load Reduction Reporting: The RECIPIENT shall complete the "Section 319 Annual Load Reduction Reporting" form in EAGL by January 15 of each year and at project close-out. ECOLOGY may hold reimbursements until the RECIPIENT has Packet Pg. 57 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: 2.4.a Page 25 of 46 completed the form. This form is used to gather information on best management practices (BMPs) installed and associated pollutant load reductions that were funded as a part of this project. D. Time Extension: The RECIPIENT may request a one-time extension for up to 12 months. However, the time extension cannot exceed the time limitation established in EPA's assistance agreement. In the event a time extension is requested and approved by ECOLOGY, the RECIPIENT must complete all eligible work performed under this agreement by the expiration date. SECTION 4: THE FOLLOWING CONDITIONS APPLY TO SECTION 319 AND STATE REVOLVING FUND (SRF) LOAN FUNDED PROJECTS ONLY. A. Accounting Standards: The RECIPIENT shall maintain accurate records and accounts for the project (PROJECT Records) in accordance with Generally Accepted Accounting Principles (GAAP) as issued by the Governmental Accounting Standards Board (GASB), including standards related to the reporting of infrastructure assets or in accordance with the standards in Chapter 43.09.200 RCW "Local Government Accounting — Uniform System of Accounting'. B. Acquisitions: Section 319 and SRF Equivalency project RECIPIENTS shall comply with the terms and conditions of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, 84 Stat. 1894 (1970)--Public Law 91- 646, as amended by the Surface Transportation and Uniform Relocation Assistance Act, PL 100-17-1987, and applicable regulations and procedures of the federal agency implementing that Act. C. Audit Requirements: In accordance with 2 CFR 200.501(a), the RECIPIENT agrees to obtain a single audit from an independent auditor, if their organization expends $750,000 or more in total Federal funds in their fiscal year. The RECIPIENT must submit the form SF -SAC and a Single Audit Report Package within 9 months of the end of the fiscal year or 30 days after receiving the report from an independent auditor. The SF -SAC and a Single Audit Report Package MUST be submitted using the Federal Audit Clearinghouse's Internet Data Entry System available at: https://harvester.census.gov/fac/collect/ddeindex.html. For complete information on how to accomplish the single audit submission, go to the Federal Audit Clearinghouse Web site: http://harvester.census.gov/fac/. D. Archaeological Resources and Historic Properties (Section 106): The RECIPIENT shall comply with the additional requirements under section 106 of the National Historic Preservation Act (NHPA, 36 CFR 800). E. Data Universal Numbering System (DUNS) and Central Contractor Registration (CCR) Requirements: RECIPIENTS shall have a DUNS number. Unless exempted from this requirement under 2 CFR 25.110, the RECIPIENT must ensure that their organization's information in the System for Award Management (SAM), https://www.sam.gov, is kept current through project closeout. This requires that the RECIPIENT reviews and updates the information at least annually after the initial registration, and more frequently if information changes. F. Disadvantaged Business Enterprise (DBE): General Compliance, 40 CFR, Part 33. The RECIPIENT agrees to comply with the requirements of the Environmental Protection Agency's Program for Utilization of Small, Minority, and Women's Business Enterprises (MBE/WBE) 40CFR, Part 33 in procurement under this agreement. Six Good Faith Efforts, 40 CFR, Part 33, Subpart C. The RECIPIENT agrees to make the following good faith efforts whenever procuring construction, equipment, services, and supplies under this agreement. Records documenting compliance with the following six good faith efforts shall be retained: Packet Pg. 58 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: 2.4.a Page 26 of 46 1) Ensure Disadvantaged Business Enterprises are made aware of contracting opportunities to the fullest extent practicable through outreach and recruitment activities. For Indian Tribal, State and Local and Government RECIPIENTS, this shall include placing Disadvantaged Business Enterprises on solicitation lists and soliciting them whenever they are potential sources. 2) Make information on forthcoming opportunities available to Disadvantaged Business Enterprises and arrange time frames for contracts and establish delivery schedules, where the requirements permit, in a way that encourages and facilitates participation by Disadvantaged Business Enterprises in the competitive process. This includes, whenever possible, posting solicitations for bids or proposals for a minimum of thirty (30) calendar days before the bid or proposal closing date. 3) Consider, in the contracting process, whether firms competing for large contracts could subcontract with Disadvantaged Business Enterprises. For Indian Tribal, State, and Local Government RECIPIENTS, this shall include dividing total requirements when economically feasible into smaller tasks or quantities to permit maximum participation by Disadvantaged Business Enterprises in the competitive process. 4) Encourage contracting with a consortium of Disadvantaged Business Enterprises when a contract is too large for one of these firms to handle individually. 5) Use services and assistance of the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. 6) If the prime contractor awards subcontracts, require the prime contractor to take the five good faith efforts steps in paragraphs 1 through 5 above. The RECIPIENT agrees to submit ECOLOGY's Contractor Participation Report Form D with each payment request. Contract Administration Provisions, 40 CFR, Section 33.302. The RECIPIENT agrees to comply with the contract administration provisions of 40 CFR, Section 33.302. Non-discrimination Provision. The RECIPIENT shall not discriminate on the basis of race, color, national origin or sex in the performance of this agreement. The RECIPIENT shall carry out applicable requirements of 40 CFR Part 33 in the award and administration of contracts awarded under EPA financial assistance agreements. Failure by the RECIPIENT to carry out these requirements is a material breach of this agreement which may result in the termination of this contract or other legally available remedies. This does not preclude the RECIPIENT from enacting broader nondiscrimination protections. The RECIPIENT shall comply with all federal and state nondiscrimination laws, including but not limited to, Title VI and VII of the Civil Rights Act of 1964, Section 504 of the Rehabilitation Act of 1973, Title IX of the Education Amendments of 1972, the Age Discrimination Act of 1975, and Chapter 49.60 RCW, Washington's Law Against Discrimination, and 42 U.S.C. 12101 et seq, the Americans with Disabilities Act (ADA). In the event of the RECIPIENT's noncompliance or refusal to comply with any applicable nondiscrimination law, regulation, or policy, this agreement may be rescinded, canceled, or terminated in whole or in part and the RECIPIENT may be declared ineligible for further funding from ECOLOGY. The RECIPIENT shall, however, be given a reasonable time in which to cure this noncompliance. Packet Pg. 59 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: 2.4.a Page 27 of 46 The RECIPIENT shall include the following terms and conditions in contracts with all contractors, subcontractors, engineers, vendors, and any other entity for work or services pertaining to this agreement. "The Contractor will not discriminate on the basis of race, color, national origin or sex in the performance of this Contract. The Contractor will carry out applicable requirements of 40 CFR Part 33 in the award and administration of contracts awarded under Environmental Protection Agency financial agreements. Failure by the Contractor to carry out these requirements is a material breach of this Contract which may result in termination of this Contract or other legally available remedies." Bidder List, 40 CFR, Section 33.501(b) and (c). The RECIPIENT agrees to create and maintain a bidders list. The bidders list shall include the following information for all firms that bid or quote on prime contracts, or bid or quote subcontracts, including both MBE/WBEs and non-MBE/WBEs. 1. Entity's name with point of contact 2. Entity's mailing address, telephone number, and e-mail address 3. The procurement on which the entity bid or quoted, and when 4. Entity's status as an MBE/WBE or non-MBE/WBE G. Electronic and information Technology (EIT) Accessibility: RECIPIENTS shall ensure that loan funds provided under this agreement for costs in the development or purchase of EIT systems or products provide individuals with disabilities reasonable accommodations and an equal and effective opportunity to benefit from or participate in a program, including those offered through electronic and information technology as per Section 504 of the Rehabilitation Act, codified in 40 CFR Part 7. Systems or products funded under this agreement must be designed to meet the diverse needs of users without barriers or diminished function or quality. Systems shall include usability features or functions that accommodate the needs of persons with disabilities, including those who use assistive technology. H. Hotel -Motel Fire Safety Act: The RECIPIENT shall ensure that all space for conferences, meetings, conventions or training seminars funded in whole or in part with federal funds complies with the protection and control guidelines of the Hotel and Motel Fire Safety Act (15 USC 2225a, PL 101-391, as amended). Recipients may search the Hotel -Motel National Master List at http://www.usfa.dhs.gov/applications/hotel/ to see if a property is in compliance, or to find other information about the Act. Pursuant to 15 USC 2225a. I. Trafficking In Persons: The RECIPIENT and RECIPIENT employees that are private entities shall not engage in forms of trafficking in persons during the period of time this agreement is effective. This includes, but is not limited to, the procurement of a commercial sex act or forced labor. The RECIPIENT shall notify ECOLOGY immediately of any information received from any source alleging a violation under this provision. SECTION 5: THE FOLLOWING CONDITIONS APPLY TO STATE REVOLVING FUND (SRF) LOAN FUNDED PROJECTS ONLY. The RECIPIENT must submit the following documents/forms to ECOLOGY before this agreement is signed by ECOLOGY: 1. Financial Capability Assessment Documentation 2. Opinion of RECIPIENT's Legal Council 3. Authorizing Ordinance or Resolution 4. Federal Funding Accountability and Transparency Act (FFATA) Form 5. CWSRF Federal Reporting Information form available in EAGL Packet Pg. 60 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: 2.4.a Page 28 of 46 6. Fiscal Sustainability Plan Certification Form (only required if the project includes construction of a wastewater or stormwater facility construction) 7. Cost and Effectiveness Analysis Certification Form A. Alteration and Eligibility of Project: During the term of this agreement, the RECIPIENT (1) shall not materially alter the design or structural character of the project without the prior written approval of ECOLOGY and (2) shall take no action which would adversely affect the eligibility of the project as defined by applicable funding program rules and state statutes, or which would cause a violation of any covenant, condition, or provision herein. B. American Iron and Steel (Buy American): This loan provision applies to projects for the construction, alteration, maintenance, or repair of a "treatment works" as defined in the Federal Water Pollution Control Act (33 USC 1381 et seq.) The RECIPIENT shall ensure that all iron and steel products used in the project are produced in the United States. Iron and Steel products means the following products made primarily of iron or steel: lined or unlined pipes and fittings, manhole covers and other municipal castings, hydrants, tanks, flanges, pipe clamps and restraints, valves, structural steel, reinforced precast concrete, and construction materials. The RECIPIENT may request waiver from this requirement from the Administrator of the Environmental Protection Agency. The RECIPIENT must coordinate all waiver requests through ECOLOGY. This provision does not apply if the engineering plans and specifications for the project were approved by ECOLOGY prior to January 17, 2014. ECOLOGY reserves the right to request documentation of RECIPIENT'S compliance with this provision. C. Authority of RECIPIENT: This agreement is authorized by the Constitution and laws of the state of Washington, including the RECIPIENT's authority, and by the RECIPIENT pursuant to the authorizing ordinance or resolution. The RECIPIENT shall submit a copy of the authorizing ordinance or resolution to the ECOLOGY Financial Manager before this agreement shall be signed by ECOLOGY. D. Equivalency Projects: (For designated equivalency projects only) 1. The RECIPIENT must procure architectural and engineering services in accordance with the federal requirements in Chapter 11 of Title 40, U.S.C. (see www.gpo.gov/fdsys/pkg/USCODE-2011-title40/pdf/USCODE-2011-title40-subtitlel- chapll.pdf). E. Fiscal Sustainability Plan Certification: The RECIPIENT shall submit a completed Fiscal Sustainability Plan Certification before this agreement is signed by ECOLOGY. The Fiscal Sustainability Plan Certification is available from the ECOLOGY Financial Manager or on the Water Quality Program website. F. Funding Recognition and Outreach: In addition to Section 2.F of these Terms and Conditions, the RECIPIENT agrees to comply with the EPA SRF Signage Guidance in order to enhance public awareness of EPA assistance agreements nationwide. The signage guidance can be found at: http://www.ecy.wa.gov/programs/wq/funding/Fundprgms/CWSRF/SignageGuidanceJune2015.pdf. G. Insurance: The RECIPIENT shall at all times carry fire and extended insurance coverage, public liability, and property damage, and such other forms of insurance with responsible insurers and policies payable to the RECIPIENT on such of the buildings, equipment, works, plants, facilities, and properties of the Utility as are ordinarily carried by municipal or privately -owned utilities engaged in the operation of like systems, and against such claims for damages as are ordinarily carried by municipal or privately -owned utilities engaged in the operation of like systems, or it shall self -insure or participate in an insurance pool or pools with reserves adequate, in the reasonable judgment of the RECIPIENT, to protect it against loss. Packet Pg. 61 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: 2.4.a Page 29 of 46 H. Litigation Authority: No litigation is now pending, or to the RECIPIENT's knowledge, threatened, seeking to restrain, or enjoin: (i) the execution of this agreement; or (ii) the fixing or collection of the revenues, rates, and charges or the formation of the ULID and the levy and collection of ULID Assessments therein pledged to pay the principal of and interest on the loan (for revenue secured lien obligations); or (iii) the levy and collection of the taxes pledged to pay the principal of and interest on the loan (for general obligation - secured loans and general obligation payable from special -assessment -secured loans); or (iv) in any manner questioning the proceedings and authority under which the agreement, the loan, or the project are authorized. Neither the corporate existence, or boundaries of the RECIPIENT nor the title of its present officers to their respective offices is being contested. No authority or proceeding for the execution of this agreement has been repealed, revoked, or rescinded. I. Loan Interest Rate and Terms: This loan agreement shall remain in effect until the date of final repayment of the loan, unless terminated earlier according to the provisions herein. When the Project Completion Date has occurred, ECOLOGY and the RECIPIENT shall execute an amendment to this loan agreement which details the final loan amount (Final Loan Amount), and ECOLOGY shall prepare a final loan repayment schedule. The Final Loan Amount shall be the combined total of actual disbursements made on the loan and all accrued interest to the computation date. The Estimated Loan Amount and the Final Loan Amount (in either case, as applicable, a "Loan Amount") shall bear interest based on the interest rate identified in this agreement as the "Effective Interest Rate," per annum, calculated on the basis of a 365 day year. Interest on the Estimated Loan Amount shall accrue from and be compounded monthly based on the date that each payment is mailed to the RECIPIENT. The Final Loan Amount shall be repaid in equal installments, semiannually, over the term of this loan "Loan Term" as outlined in this agreement. J. Loan Repayment: Sources of Loan Repayment 1. Nature of RECIPIENT's Obligation. The obligation of the RECIPIENT to repay the loan from the sources identified below and to perform and observe all other agreements and obligations on its part, contained herein, shall be absolute and unconditional, and shall not be subject to diminution by setoff, counterclaim, or abatement of any kind. To secure the repayment of the loan from ECOLOGY, the RECIPIENT agrees to comply with all of the covenants, agreements, and attachments contained herein. 2. For General Obligation. This loan is a General Obligation Debt of the RECIPIENT. 3. For General Obligation Payable from Special Assessments. This loan is a General Obligation Debt of the RECIPIENT payable from special assessments to be imposed within the constitutional and statutory tax limitations provided by law without a vote of the electors of the RECIPIENT on all of the taxable property within the boundaries of the RECIPIENT. Packet Pg. 62 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: 2.4.a Page 30 of 46 4. For Revenue -Secured: Lien Position. This loan is a Revenue -Secured Debt of the RECIPIENT's Utility. This loan shall constitute a lien and charge upon the Net Revenue junior and subordinate to the lien and charge upon such Net Revenue of any Senior Lien Obligations. In addition, if this loan is also secured by Utility Local Improvement Districts (ULID) Assessments, this loan shall constitute a lien upon ULID Assessments in the ULID prior and superior to any other charges whatsoever. 5. Other Sources of Repayment. The RECIPIENT may repay any portion of the loan from any funds legally available to it. 6. Defeasance of the Loan. So long as ECOLOGY shall hold this loan, the RECIPIENT shall not be entitled to, and shall not affect, an economic Defeasance of the loan. The RECIPIENT shall not advance refund the loan. If the RECIPIENT defeases or advance refunds the loan, it shall be required to use the proceeds thereof immediately upon their receipt, together with other available RECIPIENT funds, to repay both of the following: (i) The Loan Amount with interest (ii) Any other obligations of the RECIPIENT to ECOLOGY under this agreement, unless in its sole discretion ECOLOGY finds that repayment from those additional sources would not be in the public interest. Failure to repay the Loan Amount plus interest within the time specified in ECOLOGY's notice to make such repayment shall incur Late Charges and shall be treated as a Loan Default. 7. Refinancing or Early Repayment of the Project. So long as ECOLOGY shall hold this loan, the RECIPIENT shall give ECOLOGY thirty days written notice if the RECIPIENT intends to refinance or make early repayment of the loan. Method and Conditions on Repayments 1. Semiannual Payments. Notwithstanding any other provision of this agreement, the first semiannual payment of principal and interest on this loan shall be due and payable no later than one year after the project completion date or initiation of operation date, whichever comes first. Thereafter, equal payments shall be due every six months. If the due date for any semiannual payment falls on a Saturday, Sunday, or designated holiday for Washington State agencies, the payment shall be due on the next business day for Washington State agencies. Payments shall be mailed to: Department of Ecology Cashiering Unit P.O. Box 47611 Olympia WA 98504-7611 In lieu of mailing payments, electronic fund transfers can be arranged by working with ECOLOGY's Financial Manager. No change to the amount of the semiannual principal and interest payments shall be made without a mutually signed amendment to this agreement. The RECIPIENT shall continue to make semiannual payments based on this agreement until the amendment is effective, at which time the RECIPIENT's payments shall be made pursuant to the amended agreement. Packet Pg. 63 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: 2.4.a Page 31 of 46 2. Late Charges. If any amount of the Final Loan Amount or any other amount owed to ECOLOGY pursuant to this agreement remains unpaid after it becomes due and payable, ECOLOGY may assess a late charge. The late charge shall be one percent per month on the past due amount starting on the date the debt becomes past due and until it is paid in full. 3. Repayment Limitations. Repayment of the loan is subject to the following additional limitations, among others: those on defeasance, refinancing and advance refunding, termination, and default and recovery of payments. 4. Prepayment of Loan. So long as ECOLOGY shall hold this loan, the RECIPIENT may prepay the entire unpaid principal balance of and accrued interest on the loan or any portion of the remaining unpaid principal balance of the Loan Amount. Any prepayments on the loan shall be applied first to any accrued interest due and then to the outstanding principal balance of the Loan Amount. If the RECIPIENT elects to prepay the entire remaining unpaid balance and accrued interest, the RECIPIENT shall first contact ECOLOGY's Revenue/Receivable Manager of the Fiscal Office. K. Loan Security Due Regard: For loans secured with a Revenue Obligation: The RECIPIENT shall exercise due regard for Maintenance and Operation Expense and the debt service requirements of the Senior Lien Obligations and any other outstanding obligations pledging the Gross Revenue of the Utility, and it has not obligated itself to set aside and pay into the loan Fund a greater amount of the Gross Revenue of the Utility than, in its judgment, shall be available over and above such Maintenance and Operation Expense and those debt service requirements. Where collecting adequate gross utility revenue requires connecting additional users, the RECIPIENT shall require the sewer system connections necessary to meet debt obligations and expected operation and maintenance expenses. Levy and Collection of Taxes (if used to secure the repayment of the loan): For so long as the loan is outstanding, the RECIPIENT irrevocably pledges to include in its budget and levy taxes annually within the constitutional and statutory tax limitations provided by law without a vote of its electors on all of the taxable property within the boundaries of the RECIPIENT in an amount sufficient, together with other money legally available and to be used therefore, to pay when due the principal of and interest on the loan, and the full faith, credit and resources of the RECIPIENT are pledged irrevocably for the annual levy and collection of those taxes and the prompt payment of that principal and interest. Not an Excess Indebtedness: For loans secured with a general obligation pledge or a general obligation pledge on special assessments: The RECIPIENT agrees that this agreement and the loan to be made do not create an indebtedness of the RECIPIENT in excess of any constitutional or statutory limitations. Pledge of Net Revenue and ULID Assessments in the ULID (if used to secure the repayment of this loan): For so long as the loan is outstanding, the RECIPIENT irrevocably pledges the Net Revenue of the Utility, including applicable ULID Assessments in the ULID, to pay when due the principal of and interest on the loan. Utility Local Improvement District (ULID) Assessment Collection (if used to secure the repayment of the loan): All ULID Assessments in the ULID shall be paid into the Loan Fund and used to pay the principal of and interest on the loan. L. Maintenance and Operation of a Funded Utility: The RECIPIENT shall, at all times, maintain and keep the funded Utility in good repair, working order, and condition. M. Opinion of RECIPIENT's Legal Counsel: The RECIPIENT must submit an "Opinion of Legal Counsel to the RECIPIENT" to ECOLOGY before this agreement will be signed. ECOLOGY will provide the form. Packet Pg. 64 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: 2.4.a Page 32 of 46 N. Prevailing Wage (Davis -Bacon Act): The RECIPIENT agrees, by signing this agreement, to comply with the Davis -Bacon Act prevailing wage requirements. This applies to the construction, alteration, and repair of treatment works carried out, in whole or in part, with assistance made available by the State Revolving Fund as authorized by Section 513, title VI of the Federal Water Pollution Control Act (33 U.S.C. 1372). Laborers and mechanics employed by contractors and subcontractors shall be paid wages not less often than once a week and at rates not less than those prevailing on projects of a character similar in the locality as determined by the Secretary of Labor. The RECIPIENT shall obtain the wage determination for the area in which the project is located prior to issuing requests for bids, proposals, quotes or other methods for soliciting contracts (solicitation). These wage determinations shall be incorporated into solicitations and any subsequent contracts. The RECIPIENT shall ensure that the required EPA contract language regarding Davis -Bacon Wages is in all contracts and sub contracts in excess of $2,000. The RECIPIENT shall maintain records sufficient to document compliance with the Davis -Bacon Act, and make such records available for review upon request. The RECIPIENT also agrees, by signing this agreement, to comply with State Prevailing Wages on Public Works, Chapter 39.12 RCW, as applicable. Compliance may include the determination whether the project involves "public work" and inclusion of the applicable prevailing wage rates in the bid specifications and contracts. The RECIPIENT agrees to maintain records sufficient to evidence compliance with Chapter 39.12 RCW, and make such records available for review upon request. O. Progress Reports: RECIPIENTS funded with State Revolving Fund Loan or Forgivable Principal shall include the following verification statement in the "General Comments" text box of each progress report. "We verify that we are in compliance with all the requirements as outlined in our funding agreement(s) with the Department of Ecology. This includes but is not limited to: - The Davis -Bacon Act, 29 CFR (If applicable) - Washington State Prevailing Wage Rate, Chapter 39.12 RCW (Pertaining to all recipients) - The Disadvantaged Business Enterprise (DBE), 40 CFR, Part 33" Representations and Warranties: The RECIPIENT represents and warrants to ECOLOGY as follows: Application: Material Information. All information and materials submitted by the RECIPIENT to ECOLOGY in connection with its loan application were, when made, and are, as of the date the RECIPIENT signs this agreement, true and correct. There is no material adverse information relating to the RECIPIENT, the project, the loan, or this agreement known to the RECIPIENT, which has not been disclosed in writing to ECOLOGY. Existence; Authority. It is a duly formed and legally existing municipal corporation or political subdivision of the state of Washington or a federally recognized Indian Tribe. It has full corporate power and authority to execute, deliver, and perform all of its obligations under this agreement and to undertake the project identified herein. Certification. Each payment request shall constitute a certification by the RECIPIENT to the effect that all representations and warranties made in this loan agreement remain true as of the date of the request and that no adverse developments, affecting the financial condition of the RECIPIENT or its ability to complete the project or to repay the principal of or interest on the loan, have occurred since the date of this loan agreement. Any changes in the RECIPIENT's financial condition shall be disclosed in writing to ECOLOGY by the RECIPIENT in its request for payment. Packet Pg. 65 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: 2.4.a Page 33 of 46 Q. Sale or Disposition of Funded Utility: The RECIPIENT shall not sell, transfer, or otherwise dispose of any of the works, plant, properties, facilities, or other part of the funded Utility or any real or personal property comprising a part of the funded Utility unless: 1. The facilities or property transferred are not material to the operation of the funded Utility, or have become unserviceable, inadequate, obsolete, or unfit to be used in the operation of the funded Utility or are no longer necessary, material, or useful to the operation of the funded Utility; or 2. The aggregate depreciated cost value of the facilities or property being transferred in any fiscal year comprises no more than three percent of the total assets of the funded Utility; or 3. The RECIPIENT receives from the transferee an amount equal to an amount which will be in the same proportion to the net amount of Senior Lien Obligations and this LOAN then outstanding (defined as the total amount outstanding less the amount of cash and investments in the bond and loan funds securing such debt) as the Gross Revenue of the funded Utility from the portion of the funded Utility sold or disposed of for the preceding year bears to the total Gross Revenue for that period. 4. Expressed written agreement by the DEPARTMENT. The proceeds of any transfer under this paragraph must be used (1) to redeem promptly, or irrevocably set aside for the redemption of, Senior Lien Obligations and to redeem promptly the loan, and (2) to provide for part of the cost of additions to and betterments and extensions of the Utility. R. Sewer -Use Ordinance or Resolution for Funded Wastewater Facility Projects: If not already in existence, the RECIPIENT shall adopt and shall enforce a sewer -use ordinance or resolution. Such ordinance or resolution shall be submitted to ECOLOGY upon request. The sewer use ordinance must include provisions to: 1) Prohibit the introduction of toxic or hazardous wastes into the RECIPIENT's sewer system. 2) Prohibit inflow of stormwater into separated sewer systems. 3) Require that new sewers and connections be properly designed and constructed. S. Termination and Default: Termination and Default Events 1. For Insufficient ECOLOGY or RECIPIENT Funds. ECOLOGY may terminate this loan agreement for insufficient ECOLOGY or RECIPIENT funds. 2. For Failure to Commence Work. ECOLOGY may terminate this loan agreement for failure of the RECIPIENT to commence project work. 3. Past Due Payments. The RECIPIENT shall be in default of its obligations under this loan agreement when any loan repayment becomes 60 days past due. 4. Other Cause. The obligation of ECOLOGY to the RECIPIENT is contingent upon satisfactory performance in full by the RECIPIENT of all of its obligations under this loan agreement. The RECIPIENT shall be in default of its obligations under Packet Pg. 66 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: 2.4.a Page 34 of 46 this loan agreement if, in the opinion of ECOLOGY, the RECIPIENT has unjustifiably failed to perform any obligation required of it by this loan agreement. Procedures for Termination. If this loan agreement is terminated prior to project completion, ECOLOGY shall provide to the RECIPIENT a written notice of termination at least five working days prior to the effective date of termination (the "Termination Date"). The written notice of termination by the ECOLOGY shall specify the Termination Date and, when applicable, the date by which the RECIPIENT must repay any outstanding balance of the loan and all accrued interest (the "Termination Payment Date"). Termination and Default Remedies No Further Payments. On and after the Termination Date, or in the event of a default event, ECOLOGY may, at its sole discretion, withdraw the loan and make no further payments under this agreement. Repayment Demand. In response to an ECOLOGY initiated termination event, or in response to a loan default event, ECOLOGY may at its sole discretion demand that the RECIPIENT repay the outstanding balance of the Loan Amount and all accrued interest. Interest after Repayment Demand. From the time that ECOLOGY demands repayment of funds, amounts owed by the RECIPIENT to ECOLOGY shall accrue additional interest at the rate of one percent per month, or fraction thereof. Accelerate Repayments. In the event of a default, ECOLOGY may, in its sole discretion, declare the principal of and interest on the loan immediately due and payable, subject to the prior lien and charge of any outstanding Senior Lien Obligation upon the Net Revenue. That is, the loan is not subject to acceleration so long as any Senior Lien Obligations are outstanding. Repayments not made immediately upon such acceleration will incur Late Charges. Late Charges. All amounts due to ECOLOGY and not paid by the RECIPIENT by the Termination Payment Date or after acceleration following a default event, as applicable, shall incur late charges. Intercept State Funds. In the event of a default event and in accordance with Chapter 90.50A.060 RCW, "Defaults," any state funds otherwise due to the RECIPIENT may, at ECOLOGY's sole discretion, be withheld and applied to the repayment of the loan. Property to ECOLOGY. In the event of a default event and at the option of ECOLOGY, any personal property (equipment) acquired under this agreement may, in ECOLOGY's sole discretion, become ECOLOGY's property. In that circumstance, ECOLOGY shall reduce the RECIPIENT's liability to repay money by an amount reflecting the fair value of such property. Documents and Materials. If this agreement is terminated, all finished or unfinished documents, data studies, surveys, drawings, maps, models, photographs, and reports or other materials prepared by the RECIPIENT shall, at the option of ECOLOGY, become ECOLOGY property. The RECIPIENT shall be entitled to receive just and equitable compensation for any satisfactory work completed on such documents and other materials. Collection and Enforcement Actions. In the event of a default event, the state of Washington reserves the right to take any actions it deems necessary to collect the amounts due, or to become due, or to enforce the performance and observance of any obligation by the RECIPIENT, under this agreement. Packet Pg. 67 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: 2.4.a Page 35 of 46 Fees and Expenses. In any action to enforce the provisions of this agreement, reasonable fees and expenses of attorneys and other reasonable expenses (including, without limitation, the reasonably allocated costs of legal staff) shall be awarded to the prevailing party as that term is defined in Chapter 4.84.330 RCW. Damages. Notwithstanding ECOLOGY's exercise of any or all of the termination or default remedies provided in this agreement, the RECIPIENT shall not be relieved of any liability to ECOLOGY for damages sustained by ECOLOGY and/or the state of Washington because of any breach of this agreement by the RECIPIENT. ECOLOGY may withhold payments for the purpose of setoff until such time as the exact amount of damages due ECOLOGY from the RECIPIENT is determined. T. User -Charge System for Funded Utilities: The RECIPIENT certifies that it has the legal authority to establish and implement a user -charge system and shall adopt a system of user -charges to assure that each user of the funded utility shall pay its proportionate share of the cost of operation and maintenance, including replacement during the design life of the project. The user -charge system will include provisions for a connection charge. In addition, the RECIPIENT shall regularly evaluate the user -charge system, at least annually, to ensure the system provides adequate revenues necessary to operate and maintain the funded utility, to establish reserves to pay for replacement, and to repay the loan. Packet Pg. 68 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: GENERAL FEDERAL CONDITIONS 2.4.a Page 36 of 46 If a portion or all of the funds for this agreement are provided through federal funding sources or this agreement is used to match a federal grant award, the following terms and conditions apply to you. A. CERTIFICATION REGARDING SUSPENSION, DEBARMENT, INELIGIBILITY OR VOLUNTARY EXCLUSION: 1. The RECIPIENT/CONTRACTOR, by signing this agreement, certifies that it is not suspended, debarred, proposed for debarment, declared ineligible or otherwise excluded from contracting with the federal government, or from receiving contracts paid for with federal funds. If the RECIPIENT/CONTRACTOR is unable to certify to the statements contained in the certification, they must provide an explanation as to why they cannot. 2. The RECIPIENT/CONTRACTOR shall provide immediate written notice to ECOLOGY if at any time the RECIPIENT/CONTRACTOR learns that its certification was erroneous when submitted or had become erroneous by reason of changed circumstances. 3. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meaning set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact ECOLOGY for assistance in obtaining a copy of those regulations. 4. The RECIPIENT/CONTRACTOR agrees it shall not knowingly enter into any lower tier covered transaction with a person who is proposed for debarment under the applicable Code of Federal Regulations, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction. 5. The RECIPIENT/CONTRACTOR further agrees by signing this agreement, that it will include this clause titled "CERTIFICATION REGARDING SUSPENSION, DEBARMENT, INELIGIBILITY OR VOLUNTARY EXCLUSION" without modification in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 6. Pursuant to 2CFR180.330, the RECIPIENT/CONTRACTOR is responsible for ensuring that any lower tier covered transaction complies with certification of suspension and debarment requirements. 7. RECIPIENT/CONTRACTOR acknowledges that failing to disclose the information required in the Code of Federal Regulations may result in the delay or negation of this funding agreement, or pursuance of legal remedies, including suspension and debarment. 8. RECIPIENT/CONTRACTOR agrees to keep proof in its agreement file, that it, and all lower tier recipients or contractors, are not suspended or debarred, and will make this proof available to ECOLOGY before requests for reimbursements will be approved for payment. RECIPIENT/CONTRACTOR must run a search in <http://www.sam.gov> and print a copy of completed searches to document proof of compliance. B. FEDERAL FUNDING ACCOUNTABILITY AND TRANSPARENCY ACT (FFATA) REPORTING REQUIREMENTS: CONTRACTOR/RECIPIENT must complete the FFATA Data Collection Form (ECY 070-395) and return it with the signed agreement to ECOLOGY. Any CONTRACTOR/RECIPIENT that meets each of the criteria below must report compensation for its five top executives using the FFATA Data Collection Form. Packet Pg. 69 2.4.a Agreement No: WQC-2022-Edmond-00009 Page 37 of 46 Project Title: Recipient Name: Receives more than $25,000 in federal funds under this award. as Receives more than 80 percent of its annual gross revenues from federal funds. Receives more than $25,000,000 in annual federal funds. Ecology will not pay any invoices until it has received a completed and signed FFATA Data Collection Form. Ecology is required to report the FFATA information for federally funded agreements, including the required DUNS number, at www.fsrs.gov <http://www.fsrs.gov/> within 30 days of agreement signature. The FFATA information will be available to the public at www.usaspending.gov <http://www.usaspending.gov/>. For more details on FFATA requirements, see www.fsrs.gov <http://www.fsrs.gov/>. Packet Pg. 70 2.4.a Agreement No: WQC-2022-Edmond-00009 Page 38 of 46 Project Title: Recipient Name: GENERAL TERMS AND CONDITIONS Pertaining to Grant and Loan Agreements With the state of Washington, Department of Ecology GENERAL TERMS AND CONDITIONS AS OF LAST UPDATED 1/22/2018 VERSION 1. ADMINISTRATIVE REQUIREMENTS a) RECIPIENT shall follow the "Administrative Requirements for Recipients of Ecology Grants and Loans — EAGL Edition." (https://fortress.wa.gov/ecy/publications/SummaryPages/1701004.html) b) RECIPIENT shall complete all activities funded by this Agreement and be fully responsible for the proper management of all funds and resources made available under this Agreement. c) RECIPIENT agrees to take complete responsibility for all actions taken under this Agreement, including ensuring all subgrantees and contractors comply with the terms and conditions of this Agreement. ECOLOGY reserves the right to request proof of compliance by subgrantees and contractors. d) RECIPIENT's activities under this Agreement shall be subject to the review and approval by ECOLOGY for the extent and character of all work and services. 2. AMENDMENTS AND MODIFICATIONS This Agreement may be altered, amended, or waived only by a written amendment executed by both parties. No subsequent modification(s) or amendment(s) of this Agreement will be of any force or effect unless in writing and signed by authorized representatives of both parties. ECOLOGY and the RECIPIENT may change their respective staff contacts and administrative information without the concurrence of either party. 4. ASSIGNMENT No right or claim of the RECIPIENT arising under this Agreement shall be transferred or assigned by the RECIPIENT S. COMMUNICATION RECIPIENT shall make every effort to maintain effective communications with the RECIPIENT's designees, ECOLOGY, all affected local, state, or federal jurisdictions, and any interested individuals or groups. 6. COMPENSATION a) Any work performed prior to effective date of this Agreement will be at the sole expense and risk of the RECIPIENT ECOLOGY must sign the Agreement before any payment requests can be submitted. b) Payments will be made on a reimbursable basis for approved and completed work as specified in this Agreement c) RECIPIENT is responsible to determine if costs are eligible. Any questions regarding eligibility should be clarified with ECOLOGY prior to incurring costs. Costs that are conditionally eligible require approval by ECOLOGY prior to expenditure d) RECIPIENT shall not invoice more than once per month unless agreed on by ECOLOGY. e) ECOLOGY will not process payment requests without the proper reimbursement forms, Progress Report and supporting documentation. ECOLOGY will provide instructions for submitting payment requests. f) ECOLOGY will pay the RECIPIENT thirty (30) days after receipt of a properly completed request for payment. Packet Pg. 71 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: 2.4.a Page 39 of 46 g) RECIPIENT will receive payment through Washington State Department of Enterprise Services' Statewide Payee Desk. RECIPIENT must register as a payee by submitting a Statewide Payee Registration form and an IRS W-9 form at the website, http://www.des.wa.gov/services/ContractingPurchasing/Business/VendorPay/Pages/default.aspx. For any questions about the vendor registration process contact the Statewide Payee Help Desk at (360) 407-8180 or email PayeeheIpdesk@watech.wa.gov. h) ECOLOGY may, at its sole discretion, withhold payments claimed by the RECIPIENT if the RECIPIENT fails to satisfactorily comply with any term or condition of this Agreement. i) Monies withheld by ECOLOGY may be paid to the RECIPIENT when the work described herein, or a portion thereof, has been completed if, at ECOLOGY's sole discretion, such payment is reasonable and approved according to this Agreement, as appropriate, or upon completion of an audit as specified herein. j) RECIPIENT must submit within thirty (30) days after the expiration date of this Agreement, all financial, performance, and other reports required by this agreement. Failure to comply may result in delayed reimbursement. 7. COMPLIANCE WITH ALL LAWS RECIPIENT agrees to comply fully with all applicable federal, state and local laws, orders, regulations, and permits related to this Agreement, including but not limited to: a) RECIPIENT agrees to comply with all applicable laws, regulations, and policies of the United States and the State of Washington which affect wages and job safety. b) RECIPIENT agrees to be bound by all applicable federal and state laws, regulations, and policies against discrimination c) RECIPIENT certifies full compliance with all applicable state industrial insurance requirements. d) RECIPIENT agrees to secure and provide assurance to ECOLOGY that all the necessary approvals and permits required by authorities having jurisdiction over the project are obtained. RECIPIENT must include time in their project timeline for the permit and approval processes. ECOLOGY shall have the right to immediately terminate for cause this Agreement as provided herein if the RECIPIENT fails to comply with above requirements. If any provision of this Agreement violates any statute or rule of law of the state of Washington, it is considered modified to conform to that statute or rule of law. 8. CONFLICT OF INTEREST RECIPIENT and ECOLOGY agree that any officer, member, agent, or employee, who exercises any function or responsibility in the review, approval, or carrying out of this Agreement, shall not have any personal or financial interest, direct or indirect, nor affect the interest of any corporation, partnership, or association in which he/she is a part, in this Agreement or the proceeds thereof. 9. CONTRACTING FOR GOODS AND SERVICES RECIPIENT may contract to buy goods or services related to its performance under this Agreement. RECIPIENT shall award all contracts for construction, purchase of goods, equipment, services, and professional architectural and engineering services through a competitive process, if required by State law. RECIPIENT is required to follow procurement procedures that ensure legal, fair, and open competition. Packet Pg. 72 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: 2.4.a Page 40 of 46 RECIPIENT must have a standard procurement process or follow current state procurement procedures. RECIPIENT may be required to provide written certification that they have followed their standard procurement procedures and applicable state law in awarding contracts under this Agreement. ECOLOGY reserves the right to inspect and request copies of all procurement documentation, and review procurement practices related to this Agreement. Any costs incurred as a result of procurement practices not in compliance with state procurement law or the RECIPIENT's normal procedures may be disallowed at ECOLOGY's sole discretion. 10. DISPUTES When there is a dispute with regard to the extent and character of the work, or any other matter related to this Agreement the determination of ECOLOGY will govern, although the RECIPIENT shall have the right to appeal decisions as provided for below: a) RECIPIENT notifies the funding program of an appeal request. b) Appeal request must be in writing and state the disputed issue(s). c) RECIPIENT has the opportunity to be heard and offer evidence in support of its appeal. d) ECOLOGY reviews the RECIPIENT's appeal. e) ECOLOGY sends a written answer within ten (10) business days, unless more time is needed, after concluding the review. The decision of ECOLOGY from an appeal will be final and conclusive, unless within thirty (30) days from the date of such decision, the RECIPIENT furnishes to the Director of ECOLOGY a written appeal. The decision of the Director or duly authorized representative will be final and conclusive. The parties agree that this dispute process will precede any action in a judicial or quasi-judicial tribunal. Appeals of the Director's decision will be brought in the Superior Court of Thurston County. Review of the Director's decision will not be taken to Environmental and Land Use Hearings Office. Pending final decision of a dispute, the RECIPIENT agrees to proceed diligently with the performance of this Agreement and in accordance with the decision rendered. Nothing in this Agreement will be construed to limit the parties' choice of another mutually acceptable method, in addition to the dispute resolution procedure outlined above. 11. ENVIRONMENTAL DATA STANDARDS a) RECIPIENT shall prepare a Quality Assurance Project Plan (QAPP) for a project that collects or uses environmental measurement data. RECIPIENTS unsure about whether a QAPP is required for their project shall contact the ECOLOGY Program issuing the grant or loan. If a QAPP is required, the RECIPIENT shall: • Use ECOLOGY's QAPP Template/Checklist provided by the ECOLOGY, unless ECOLOGY Quality Assurance (QA) officer or the Program QA coordinator instructs otherwise. • Follow ECOLOGY's Guidelines for Preparing Quality Assurance Project Plans for Environmental Studies, July 2004 (Ecology Publication No. 04-03-030). • Submit the QAPP to ECOLOGY for review and approval before the start of the work. Packet Pg. 73 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: 2.4.a Page 41 of 46 b) RECIPIENT shall submit environmental data that was collected on a project to ECOLOGY using the Environmental Information Management system (EIM), unless the ECOLOGY Program instructs otherwise. The RECIPIENT must confirm with ECOLOGY that complete and correct data was successfully loaded into EIM, find instructions at: http://www.ecy•wa.gov/eim. c) RECIPIENT shall follow ECOLOGY's data standards when Geographic Information System (GIS) data is collected and processed. Guidelines for Creating and Accessing GIS Data are available at: https://ecology.wa.gov/Research-Data/Data-resources/Geographic-Information-Systems-GIS/Standards. RECIPIENT, when requested by ECOLOGY, shall provide copies to ECOLOGY of all final GIS data layers, imagery, related tables, raw data collection files, map products, and all metadata and project documentation. 12. GOVERNING LAW This Agreement will be governed by the laws of the State of Washington, and the venue of any action brought hereunder will be in the Superior Court of Thurston County. 13. INDEMNIFICATION ECOLOGY will in no way be held responsible for payment of salaries, consultant's fees, and other costs related to the project described herein, except as provided in the Scope of Work. To the extent that the Constitution and laws of the State of Washington permit, each party will indemnify and hold the other harmless from and against any liability for any or all injuries to persons or property arising from the negligent act or omission of that party or that party's agents or employees arising out of this Agreement. 14. INDEPENDENT STATUS The employees, volunteers, or agents of each party who are engaged in the performance of this Agreement will continue to be employees, volunteers, or agents of that party and will not for any purpose be employees, volunteers, or agents of the other party. 15. KICKBACKS RECIPIENT is prohibited from inducing by any means any person employed or otherwise involved in this Agreement to give up any part of the compensation to which he/she is otherwise entitled to or receive any fee, commission, or gift in return for award of a subcontract hereunder. 16. MINORITY AND WOMEN'S BUSINESS ENTERPRISES (MWBE) RECIPIENT is encouraged to solicit and recruit, to the extent possible, certified minority -owned (MBE) and women - owned (WBE) businesses in purchases and contracts initiated under this Agreement. Contract awards or rejections cannot be made based on MWBE participation; however, the RECIPIENT is encouraged to take the following actions, when possible, in any procurement under this Agreement: a) Include qualified minority and women's businesses on solicitation lists whenever they are potential sources of goods or services. b) Divide the total requirements, when economically feasible, into smaller tasks or quantities, to permit maximum participation by qualified minority and women's businesses. c) Establish delivery schedules, where work requirements permit, which will encourage participation of qualified minority and women's businesses. Packet Pg. 74 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: 2.4.a Page 42 of 46 d) Use the services and assistance of the Washington State Office of Minority and Women's Business Enterprises (OMWBE) (866-208-1064) and the Office of Minority Business Enterprises of the U.S. Department of Commerce, as appropriate. 17. ORDER OF PRECEDENCE In the event of inconsistency in this Agreement, unless otherwise provided herein, the inconsistency shall be resolved by giving precedence in the following order: (a) applicable federal and state statutes and regulations; (b) The Agreement; (c) Scope of Work; (d) Special Terms and Conditions; (e) Any provisions or terms incorporated herein by reference, including the "Administrative Requirements for Recipients of Ecology Grants and Loans"; and (f) the General Terms and Conditions. 18. PRESENTATION AND PROMOTIONAL MATERIALS ECOLOGY reserves the right to approve RECIPIENT's communication documents and materials related to the fulfillment of this Agreement: a) If requested, RECIPIENT shall provide a draft copy to ECOLOGY for review and approval ten (10) business days prior to production and distribution. b) RECIPIENT shall include time for ECOLOGY's review and approval process in their project timeline. c) If requested, RECIPIENT shall provide ECOLOGY two (2) final copies and an electronic copy of any tangible products developed. Copies include any printed materials, and all tangible products developed such as brochures, manuals, pamphlets, videos, audio tapes, CDs, curriculum, posters, media announcements, or gadgets with a message, such as a refrigerator magnet, and any online communications, such as web pages, blogs, and twitter campaigns. If it is not practical to provide a copy, then the RECIPIENT shall provide a description (photographs, drawings, printouts, etc.) that best represents the item. Any communications intended for public distribution that uses ECOLOGY's logo shall comply with ECOLOGY's graphic requirements and any additional requirements specified in this Agreement. Before the use of ECOLOGY's logo contact ECOLOGY for guidelines. RECIPIENT shall acknowledge in the communications that funding was provided by ECOLOGY. 19. PROGRESS REPORTING a) RECIPIENT must satisfactorily demonstrate the timely use of funds by submitting payment requests and progress reports to ECOLOGY. ECOLOGY reserves the right to amend or terminate this Agreement if the RECIPIENT does not document timely use of funds. b) RECIPIENT must submit a progress report with each payment request. Payment requests will not be processed without a progress report. ECOLOGY will define the elements and frequency of progress reports. c) RECIPIENT shall use ECOLOGY's provided progress report format. d) Quarterly progress reports will cover the periods from January 1 through March 31, April 1 through June 30, July 1 through September 30, and October 1 through December 31. Reports shall be submitted within thirty (30) days after the end of the quarter being reported. e) RECIPIENT must submit within thirty (30) days of the expiration date of the project, unless an extension has been approved by ECOLOGY, all financial, performance, and other reports required by the agreement and funding program guidelines. RECIPIENT shall use the ECOLOGY provided closeout report format. Packet Pg. 75 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: 20. PROPERTY RIGHTS 2.4.a Page 43 of 46 a) Copyrights and Patents. When the RECIPIENT creates any copyrightable materials or invents any patentable property under this Agreement, the RECIPIENT may copyright or patent the same but ECOLOGY retains a royalty free, nonexclusive, and irrevocable license to reproduce, publish, recover, or otherwise use the material(s) or property, and to authorize others to use the same for federal, state, or local government purposes. b) Publications. When the RECIPIENT or persons employed by the RECIPIENT use or publish ECOLOGY information; present papers, lectures, or seminars involving information supplied by ECOLOGY; or use logos, reports, maps, or other data in printed reports, signs, brochures, pamphlets, etc., appropriate credit shall be given to ECOLOGY. c) Presentation and Promotional Materials. ECOLOGY shall have the right to use or reproduce any printed or graphic materials produced in fulfillment of this Agreement, in any manner ECOLOGY deems appropriate. ECOLOGY shall acknowledge the RECIPIENT as the sole copyright owner in every use or reproduction of the materials. d) Tangible Property Rights. ECOLOGY's current edition of "Administrative Requirements for Recipients of Ecology Grants and Loans," shall control the use and disposition of all real and personal property purchased wholly or in part with funds furnished by ECOLOGY in the absence of state and federal statutes, regulations, or policies to the contrary, or upon specific instructions with respect thereto in this Agreement. e) Personal Property Furnished by ECOLOGY. When ECOLOGY provides personal property directly to the RECIPIENT for use in performance of the project, it shall be returned to ECOLOGY prior to final payment by ECOLOGY. If said property is lost, stolen, or damaged while in the RECIPIENT's possession, then ECOLOGY shall be reimbursed in cash or by setoff by the RECIPIENT for the fair market value of such property. f) Acquisition Projects. The following provisions shall apply if the project covered by this Agreement includes funds for the acquisition of land or facilities: 1. RECIPIENT shall establish that the cost is fair value and reasonable prior to disbursement of funds provided for in this Agreement. 2. RECIPIENT shall provide satisfactory evidence of title or ability to acquire title for each parcel prior to disbursement of funds provided by this Agreement. Such evidence may include title insurance policies, Torrens certificates, or abstracts, and attorney's opinions establishing that the land is free from any impediment, lien, or claim which would impair the uses intended by this Agreement. g) Conversions. Regardless of the Agreement expiration date, the RECIPIENT shall not at any time convert any equipment, property, or facility acquired or developed under this Agreement to uses other than those for which assistance was originally approved without prior written approval of ECOLOGY. Such approval may be conditioned upon payment to ECOLOGY of that portion of the proceeds of the sale, lease, or other conversion or encumbrance which monies granted pursuant to this Agreement bear to the total acquisition, purchase, or construction costs of such property. 21. RECORDS, AUDITS, AND INSPECTIONS RECIPIENT shall maintain complete program and financial records relating to this Agreement, including any engineering documentation and field inspection reports of all construction work accomplished. All records shall: a) Be kept in a manner which provides an audit trail for all expenditures. b) Be kept in a common file to facilitate audits and inspections. Packet Pg. 76 2.4.a Agreement No: WQC-2022-Edmond-00009 Page 44 of 46 Project Title: Recipient Name: c) Clearly indicate total receipts and expenditures related to this Agreement. d) Be open for audit or inspection by ECOLOGY, or by any duly authorized audit representative of the State of Washington, for a period of at least three (3) years after the final grant payment or loan repayment, or any dispute resolution hereunder. RECIPIENT shall provide clarification and make necessary adjustments if any audits or inspections identify discrepancies in the records. ECOLOGY reserves the right to audit, or have a designated third party audit, applicable records to ensure that the state has been properly invoiced. Any remedies and penalties allowed by law to recover monies determined owed will be enforced. Repetitive instances of incorrect invoicing or inadequate records may be considered cause for termination. All work performed under this Agreement and any property and equipment purchased shall be made available to ECOLOGY and to any authorized state, federal or local representative for inspection at any time during the course of this Agreement and for at least three (3) years following grant or loan termination or dispute resolution hereunder. RECIPIENT shall provide right of access to ECOLOGY, or any other authorized representative, at all reasonable times, in order to monitor and evaluate performance, compliance, and any other conditions under this Agreement. 22. RECOVERY OF FUNDS The right of the RECIPIENT to retain monies received as reimbursement payments is contingent upon satisfactory performance of this Agreement and completion of the work described in the Scope of Work. All payments to the RECIPIENT are subject to approval and audit by ECOLOGY, and any unauthorized expenditure(s) or unallowable cost charged to this Agreement shall be refunded to ECOLOGY by the RECIPIENT. RECIPIENT shall refund to ECOLOGY the full amount of any erroneous payment or overpayment under this Agreement. RECIPIENT shall refund by check payable to ECOLOGY the amount of any such reduction of payments or repayments within thirty (30) days of a written notice. Interest will accrue at the rate of twelve percent (12%) per year from the time ECOLOGY demands repayment of funds. Any property acquired under this Agreement, at the option of ECOLOGY, may become ECOLOGY's property and the RECIPIENT's liability to repay monies will be reduced by an amount reflecting the fair value of such property. 23. SEVERABILITY If any provision of this Agreement or any provision of any document incorporated by reference shall be held invalid, such invalidity shall not affect the other provisions of this Agreement which can be given effect without the invalid provision, and to this end the provisions of this Agreement are declared to be severable. 24. STATE ENVIRONMENTAL POLICY ACT (SEPA) RECIPIENT must demonstrate to ECOLOGY's satisfaction that compliance with the requirements of the State Environmental Policy Act (Chapter 43.21C RCW and Chapter 197-11 WAC) have been or will be met. Any reimbursements are subject to this provision. 25. SUSPENSION When in the best interest of ECOLOGY, ECOLOGY may at any time, and without cause, suspend this Agreement or any portion thereof for a temporary period by written notice from ECOLOGY to the RECIPIENT. RECIPIENT shall resume performance on the next business day following the suspension period unless another day is specified by ECOLOGY. 26. SUSTAINABLE PRACTICES In order to sustain Washington's natural resources and ecosystems, the RECIPIENT is fully encouraged to implement sustainable practices and to purchase environmentally preferable products under this Agreement. Packet Pg. 77 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: 2.4.a Page 45 of 46 a) Sustainable practices may include such activities as: use of clean energy, use of double -sided printing, hosting low impact meetings, and setting up recycling and composting programs. b) Purchasing may include such items as: sustainably produced products and services, EPEAT registered computers and imaging equipment, independently certified green cleaning products, remanufactured toner cartridges, products with reduced packaging, office products that are refillable, rechargeable, and recyclable, and 100% post -consumer recycled paper. For more suggestions visit ECOLOGY's web page: Green Purchasing, , https://ecology.wa.gov/Regulations-Permits/Guidance-technical-assistance/Sustainable-purchasing. 27. TERMINATION a) For Cause ECOLOGY may terminate for cause this Agreement with a seven (7) calendar days prior written notification to the RECIPIENT, at the sole discretion of ECOLOGY, for failing to perform an Agreement requirement or for a material breach of any term or condition. If this Agreement is so terminated, the parties shall be liable only for performance rendered or costs incurred in accordance with the terms of this Agreement prior to the effective date of termination. Failure to Commence Work. ECOLOGY reserves the right to terminate this Agreement if RECIPIENT fails to commence work on the project funded within four (4) months after the effective date of this Agreement, or by any date mutually agreed upon in writing for commencement of work, or the time period defined within the Scope of Work. Non -Performance. The obligation of ECOLOGY to the RECIPIENT is contingent upon satisfactory performance by the RECIPIENT of all of its obligations under this Agreement. In the event the RECIPIENT unjustifiably fails, in the opinion of ECOLOGY, to perform any obligation required of it by this Agreement, ECOLOGY may refuse to pay any further funds, terminate in whole or in part this Agreement, and exercise any other rights under this Agreement. Despite the above, the RECIPIENT shall not be relieved of any liability to ECOLOGY for damages sustained by ECOLOGY and the State of Washington because of any breach of this Agreement by the RECIPIENT. ECOLOGY may withhold payments for the purpose of setoff until such time as the exact amount of damages due ECOLOGY from the RECIPIENT is determined. b) For Convenience ECOLOGY may terminate for convenience this Agreement, in whole or in part, for any reason when it is the best interest of ECOLOGY, with a thirty (30) calendar days prior written notification to the RECIPIENT, except as noted below. If this Agreement is so terminated, the parties shall be liable only for performance rendered or costs incurred in accordance with the terms of this Agreement prior to the effective date of termination. Non -Allocation of Funds. ECOLOGY's ability to make payments is contingent on availability of funding. In the event funding from state, federal or other sources is withdrawn, reduced, or limited in any way after the effective date and prior to the completion or expiration date of this Agreement, ECOLOGY, at its sole discretion, may elect to terminate the Agreement, in whole or part, or renegotiate the Agreement, subject to new funding limitations or conditions. ECOLOGY may also elect to suspend performance of the Agreement until ECOLOGY determines the funding insufficiency is resolved. ECOLOGY may exercise any of these options with no notification or restrictions, although ECOLOGY will make a reasonable attempt to provide notice. In the event of termination or suspension, ECOLOGY will reimburse eligible costs incurred by the recipient/contractor through the effective date of termination or suspension. Reimbursed costs must be agreed to by ECOLOGY and the recipient/contractor. In no event shall ECOLOGY's reimbursement exceed ECOLOGY's total responsibility under the agreement and any amendments. Packet Pg. 78 Agreement No: WQC-2022-Edmond-00009 Project Title: Recipient Name: 2.4.a Page 46 of 46 If payments have been discontinued by ECOLOGY due to unavailable funds, the RECIPIENT shall not be obligated to repay monies which had been paid to the RECIPIENT prior to such termination. RECIPIENT's obligation to continue or complete the work described in this Agreement shall be contingent upon availability of funds by the RECIPIENT's governing body. c) By Mutual Agreement ECOLOGY and the RECIPIENT may terminate this Agreement, in whole or in part, at any time, by mutual written agreement. d) In Event of Termination All finished or unfinished documents, data studies, surveys, drawings, maps, models, photographs, reports or other materials prepared by the RECIPIENT under this Agreement, at the option of ECOLOGY, will become property of ECOLOGY and the RECIPIENT shall be entitled to receive just and equitable compensation for any satisfactory work completed on such documents and other materials. Nothing contained herein shall preclude ECOLOGY from demanding repayment of all funds paid to the RECIPIENT in accordance with Recovery of Funds, identified herein. 28. THIRD PARTY BENEFICIARY RECIPIENT shall ensure that in all subcontracts entered into by the RECIPIENT pursuant to this Agreement, the state of Washington is named as an express third party beneficiary of such subcontracts with full rights as such. 29. WAIVER Waiver of a default or breach of any provision of this Agreement is not a waiver of any subsequent default or breach, and will not be construed as a modification of the terms of this Agreement unless stated as such in writing by the authorized representative of ECOLOGY. Packet Pg. 79 2.5 City Council Agenda Item Meeting Date: 04/12/2022 Presentation of the 2022 Overlay Construction Contract Staff Lead: Rob English Department: Engineering Preparer: Rob English Background/History None. Staff Recommendation Staff will provide the bid results, proposed construction budget and a possible recommendation to award at a future City Council meeting (tentative for the April 26th City Council meeting). Narrative This project is a continuation of the City's efforts to rehabilitate and preserve its roadway network by paving various area streets. This year's project will use General Fund, REET, Sewer and Stormwater funds to pave approximately 6.8 lane -miles of City streets. The project advertised for construction bids on April 4th and April 12th, 2022. Construction bids are due by 2:00 p.m. April 191h, 2022, which may provide an opportunity to award the project at the April 261h City Council Meeting. The total proposed construction budget for the 2022 Overlay Program is $1,586,760. Attachment 2 shows the contribution of construction funding from each City Fund. Staff will prepare a second quarter budget amendment for the Stormwater fund contribution after the bids are opened and a low bidder is determined. The bid results, proposed construction budget and recommendation to award will be provided at the April 26th City Council meeting. Construction is expected to begin in June and be completed by early September of this year Attachments: Attachment 1 - 2022 Overlay -Map Attachment 2 - Proposed Construction Budget Packet Pg. 80 Roadway Funded B Water Funded Sewer Funded Q Storm Funded 13th Way -End to 8th Ave 7th PI - S End to N End 8th PI-S End to 15th 226th-100th to E End Robin Hood -Humber to 106th Humber -Nottingham to Robin Hood Nottingham -Humber to Robin Hood Friar Tuck -End to Nottingham Alan A Dale -Friar Tuck to Robin Hood Little John -Robin Hood to End 231st-106th to End Cem 2022 Overlay Pro -pram to 220th 92nd-228th to 220th 241 st1242nd Packet Pg. 81 2.5.b 2022 Pavement Preservation Program ESTIMATED CONSTRUCTION BUDGET BUDGET STREET SEWER STORM TOTAL Contract Award $ 1,186,633 $ 42,109 $ 40,659 $ 1,269,401 Construction Management, Inspection & Testing (15%) $ 177,990 $ 6,320 $ 6,100 $ 190,410 Management Reserve (10%) $ 118,660 $ 4,210 $ 4,070 $ 126,940 TOTALS $ 1,483,283 1 $ 52,639 1 $ 50,829 1 $ 1,586,751 CONSTRUCTION FUNDING FUNDING STREET SEWER STORM TOTAL Fund 112 - Street $ 452,590 $ 452,590 Fund 125 - REET 1 $ 524,930 $ 524,930 Fund 126 - REET 2 $ 505,770 $ 505,770 Fund 423 - SEWER $ 52,639 $ 52,639 Fund 422 - STORM PENDING BUDGET AMENDMENT $ 50,829 $ 50,829 TOTALS $ 1,483,290 $ 52,639 $ 50,829 $ 1,586,758 0 N N O N a) JEw 0 c 0 m r c a� a� L a r a� am m 0 L c 0 U m 0 0. 0 L. a N r C 0 E t V R r Q C E t 0 R r Q Packet Pg. 82 2.6 City Council Agenda Item Meeting Date: 04/12/2022 Presentation of Construction Contract for Hwy 99 Gateway -Revitalization Stage 2 Project Staff Lead: Rob English Department: Engineering Preparer: Emiko Rodarte Background/History None Staff Recommendation Staff will provide the bid results, proposed construction budget and a possible recommendation to award at a future City Council meeting (tentative for the May 3rd City Council meeting). Narrative The Highway 99 Gateway -Revitalization Stage 2 project consists of the addition of a continuous landscaped raised median along Highway 99 from 2441" St. SW to 2101" St. SW with mid -block left turn pockets, a HAWK signal approximately 600' north of 2341" St. SW, and gateway signs on both ends of the corridor. This project will improve corridor safety by reducing high -angle vehicle accident rates with the removal of the center two-way left turn lane. The proposed HAWK signal will improve active transportation safety for pedestrians attempting to cross the corridor between the existing signalized intersection at 238t" St. SW and 2281" St. SW. The project was advertised for construction bids on March 31, 2022 and the bid opening is scheduled for April 21, 2022. The engineer's estimate is $5,230,000 and the contract consists of 150 working days. The project is being funded by the State Connecting Washington transportation funds and a REET ($270,000) contribution. Attachments: Attachment 1 - Project Map Attachment 2 - Center Median Attachment 3 - Gateway Signs Packet Pg. 83 I 2.6.a I City of Edmonds Man Title Hwy 99 Revitalization project Legend Project 1:36,112 U Notes is a M as 0 L. a ��oI� JVVi JJ This map is a user generated static output from an Internet mapping site and is for reference only. Data layers that appear on this .an may or may not be accurate, WGS_1984_Web—Mercator _Auxiliary_Sphere current, or otherwise reliable. 0 City of Edmonds THIS MAP IS NOT TO BE USED FOR DESIGN OR CONSTRUCTION Packet Pg. 84 0 0 -01rd 9, -- �_ (mil � W WIZ 4LIMIT 5 0 0 2 W 0 'o .2 cc -W to CD (L Packet Pg. 85 `• E �5 o O - N.,, � .. ems. •- �N �. i ..:. . _ ■ _s- ,. _ ; �.-� ; �- ,, Y_ �r come to !. 1-H o n ds, v N,� Mn t z F` ~ �� r� s. r 2.7 City Council Agenda Item Meeting Date: 04/12/2022 Public Works CIP-CFP Review Staff Lead: Rob English Department: Public Works & Utilities Preparer: Rob English Background/History Staff Recommendation Narrative The Parks and Public Works Committee requested to review the CIP-CFP projects programmed in 2022 and 2023 at the March meeting. Attachment 1 is a list and map for transportation projects. Attachment 2 is a list and map for utility projects. Attachments: Attachment 1 - 2022-23 Transportatoin Projects Attachment 2 - 2022-23 Utility Projects Packet Pg. 87 °Vo�� Public Works & Utilities Department TRANSPORTATION PROJECTS Ibc. 1890 2022/2023 Projects • Street/Intersection Project o Non -Motorized Transportation Project Street/Intersection Project Non -Motorized Transportation Project �1 PWT-20 : PWT-10 * Site specific projects only. Citywide/annual citywide projects not shown. PWT-28 PWT-03 FL PWT-09 PWT-11 NacKet Pg. lid 2.7.a TRANSPORTATION 3 a+ Q Packet Pg. 89 Transportation Projects 2.7•a # CFP PROJECT DP 2022 2023 2024 2025 2026 2027 TOTAL TOTAL TOTAL # (2022-2027) (2028-42) Project Cost Preservation / Maintenance Proiects PWT-01 lAnnual Street Preservation Program 76 $1,500,000 $1,500,000 $1,500,000 $1,386,000 $1,650,000 $1,650,000 $9,186,000 $0 $9,186,00C PWT-02 84th Ave. W Overlay from 220th St. SW to 212th St. SW 84 $5,780 $0 $0 $0 $0 $0 $5,780 $0 $5,78C PWT-03 76th Ave. W Overlay from 196th St. SW to Olympic View Dr. 78 $1,663,723 $0 $0 $0 $0 $0 $1,663,723 $0 $1,663,722 PWT-04 Main St. Overlay from 6th Ave. to 9th Ave. $0 $157,000 $780,000 $0 $0 $0 $937,000 $0 $937,00C PWT-05 Puget Dr. @ OVD Signal Upgrades $0 $0 $0 $80,000 $450,000 $0 $530,000 $0 $530,OOC PWT-06 Signal Upgrades - 100th Ave @ 238th St. SW $0 $0 $0 $150,000 $700,000 $0 $850,000 $0 $850,OOC PWT-07 Main St. 3rd Signal Upgrades $0 $0 $0 $0 $100,000 $350,000 $450,000 $0 $450,OOC Safetv / Canacity Analvsis PWT-08 X 228th St. SW from Hwy 99 to 95th PI. W Corridor $0 $0 $0 $1,000,000 $1,700,000 $12,000,000 $14,700,000 $0 $14,700,00( PWT-09 X Hwy 99 Revitalization & Gateway Project - Stage 2 80 $7,660,000 $0 $0 $0 $0 $0 $7,660,000 $0 $7,660,OOC PWT-10 X Hwy 99 Revitalization & Gateway Project - Stage 3 81 $640,000 $3,200,000 $1,930,000 $16,000,000 $10,752,000 $0 $32,522,000 $0 $32,522,OOC PWT-11 X Hwy 99 Revitalization & Gateway Project - Stage 4 82 $400,000 $2,000,000 $3,000,000 $3,167,000 $16,000,000 $16,434,000 $41,001,000 $0 $41,001,00C PWT-12 X Hwy 99 Revitalization & Gateway Project - Stage 5 $0 $0 $0 $0 $2,080,000 $4,964,000 $7,044,000 $37,971,000 $45,015,00( PWT-13 X Hwy 99 Revitalization & Gateway Project - Stage 6 1 $0 $0 $0 $0 $0 $0 $0 $20,217,000 $20,217,00C PWT-14 X Hwy 99 Revitalization & Gateway Project - Stage 7 $0 $0 $0 $0 $0 $0 $0 $38,142,000 $38,142,00C PWT-15 X Hwy 99 Revitalization & Gateway Project - Stage 8 $0 $0 $0 $0 $0 $0 $0 $35,242,000 $35,242,OOC PWT-16 X Hwy 99 Revitalization & Gateway Project - Stage 9 $0 $0 $0 $0 $0 $0 $0 $20,072,000 $20,072,00C PWT-17 X SR 524 196th St. SW / 88th Ave. W - Intersection Improvements $0 $0 $0 $238,000 $216,000 $720,000 $1,174,000 $0 $1,174,00C PWT-18 X Main St. @ 9th Ave. Intersection Improvements $0 $0 $0 $176,000 $1,000,000 $0 $1,176,000 $0 $1,176,OOC PWT-19 X 76th Ave. W @ 220th St. SW - Intersection Improvements 83 $276,902 $387,4391 $725,000 $6,881,000 $0 $0 $8,270,3411 $0 $8,270,341 PWT-20 SR-104 Adaptive System 86 $150,000 $260,000 $0 $1,955,000 $0 $0 $2,365,000 $0 $2,365,OOC PWT-21 X SR-104 @tooth Ave W. Intersection & Access M mt m rovements $0 $0 $0 $160,000 $931,000 $0 $1,091,000 $0 $1,091,000 PWT-22 X SR-104 @ 95th PI. W Intersection Improvements $0 $0 $0 $80,000 $450,000 $0 $530,000 $0 $530,OOC PWT-23 X SR-104 @ 238th St. SW Intersection Improvements $0 $0 $0 $213,000 $1,219,000 $0 $1,432,000 $0 $1,432,OOC PWT-24 X Olympic View Dr. @ 76th Ave. W Intersection Improvements $0 $0 $0 $0 $0 $0 $0 $1,266,000 $1,266,OOC PWT-25 X 84th Ave. W (212th St. SW to 238th St. SW) $0 $0 $0 $0 $0 $0 $0 $16,622,000 $16,622,OOC PWT-26 X SR-104 @ 76th Ave. W Intersection Improvements $0 $0 $0 $481,000 $2,750,000 $0 $3,231,000 $0 $3,231,OOC PWT-27 X Olympic View Dr. @ 174th St. SW Intersection Improvements $0 $0 $0 $0 $0 $0 $0 $671,000 $671,00C PWT-28 175th St Sope Repair $0 $1,000,000 $0 $0 $0 $0 $1,000,000 $0 $1,000,OOC PWT-57 1 12022 Guardrail Program 95 $20,180 $0 $0 $0 $0 $0 $20,180 $0 $20,18C PWT-58 2022 Traffic Signal Upgrades 88 $30,2801 $0 sol sol $0 $0 $30,280 $0 $30,28C Non -motorized transportation Proiects 3 O d IX a tL 9 a_ U to L O t� 7 a to t� O 0- L. a C O r tv O Q to C R L CO) N N N CD N T- PWT-29 X 232nd St. SW Walkway from tooth Ave. to SR-104 $0 $0 $0 $0 $206,000 $1,183,000 $1,389,000 $0 $1,389,00C C PWT-30 X 236th St. SW Walkway from Madrona Elementary to 97th Ave. W $0 $0 $0 $0 $227,000 $1,267,000 $1,494,000 $0 $1,494,OOC d PWT-31 X 236th St. SW Walkwayfrom Hwy. 99 to 76th Ave. W $0 $0 $0 $0 $0 $0 $0 $1,831,000 $1,831,00C t PWT-32 X 84th Ave. W Walkway from 238th St. SW to 234th St. SW $0 $0 $0 $0 $150,000 $640,000 $790,000 $0 $790,OOC R PWT-33 PWT-34 X X 80th Ave. W Walkway from 212th St. SW to 206th St. SW 80th Ave. W Walkway from 188th St. SW to Olympic View Dr. $0 $0 $0 $0 $0 $0 $209,000 $597,000 $209,000 $2,339,000 $2,476,000 $0 $2,894,000 $2,936,000 $0 $0 $2,894,00C Q $2,936,OOC .. PWT-35 I X 1218th St. SW Walkway from 76th Ave. W to 84th Ave. W 1 $0 $0 $0 $0 $240,000 $1,350,000 $1,590,000 $0 $1,590,00C PWT-36 X Walnut St. Walkway from 6th Ave. S to 7th Ave S $0 $0 $0 $265,000 $0 $0 $265,000 $0 $265,00C E PWT-37 PWT-38 X 216th St. SW Walkway from Hwy. 99 to 72nd Ave W Citywide Pedestrian Enhancements Project 85 $0 $10,000 $0 $0 $0 $0 $200,000 $0 $0 $0 $0 $0 $200,000 $10,000 $0 $0 $200,00C V $10,OOC r PWT-39 X Citywide Bicycle Improvements Project 79 $1,562,390 $0 $0 $0 $0 $0 $1,562,3901 $0 $1,562,39C Q PWT-40 X Maplewood Dr. Walkway from Main St. to 200th St. SW $0 $0 $0 $201,000 $201,000 $2,300,000 $2,702,000 $0 $2,702,00C PWT-41 X 95th PI. W Walkway from 224th St. SW to 220th St. SW $0 $0 $0 $120,000 $668,000 $0 $788,000 $0 $788,00C PWT-42 X Railroad St. Walkway from Dayton St. to Main St. / SR-104 $0 $0 $0 $170,000 $754,000 $0 $924,000 $0 $924,00( PWT-43 X SR-104 @ 76th Ave. W Non -Motorized Trans Improvements $0 $0 $0 $0 $0 $0 $0 $1,294,000 $1,294,000 PWT-44 X Downtown Lighting Improvements $0 $0 $0 $300,000 $1,200,000 $0 $1,500'000 PWT-45 X SR-104 Walkway: HAWK to Pine/Pine from SR-104 to 9th $0 $0 $0 $327,000 $327,000 $2,636,000 $3,290,000 Packet Pg. 90 Transportation Projects 2.7.a # CFP PROJECT DP # 2022 2023 2024 2025 2026 2027 TOTAL (2022-2027) TOTAL (2028.42) TOTAL Project Cost PWT-46 X 191st St. SW Walkway from 80th Ave. W to 76th Ave. W $0 $0 $0 $0 $0 $0 $0 $678,000 $678,OOC PWT-47 X 104th Ave. W / Robinhood Lane Walkway from 238th St. SW to 106th $0 $0 $0 $0 $0 $0 $0 $1,060,000 $1,060,OOC PWT-48 X 80th Ave. W Walkway from 218th St. SW to 220th St. SW $0 $0 $0 $0 $0 $0 $0 $324,000 $324,OOC PWT-49 I X 184th Ave. W Walkway from 188th St. SW to 186th St. SW $0 $0 $0 $0 $0 $0 $0 $328,000 _ $328,OOC 3 PWT-50 X 238th St. SW Walkway from Hwy. 99 to 76th Ave. W $0 $0 $0 $0 $0 $0 $0 $1,285,000 $1,285,OOC 2 PWT-55 X Elm Way Walkway from 8th Ave. S to 9th Ave. S 93 $901,780 $0 $0 $0 $0 $0 $901,780 $0 $901,78C tv PWT-56 X 2022 Pedestrian Safety Program 87 $20,185 $0 $0 $0 $0 $0 $20,185 $01 $20,18E IX LL Ferry Projects V PWT-51 I X I Ferry Storage Improvements from Pine St. to Dayton St. $0 $0 $0 $357,000 $0 $0 $357,000 $01 $357,OOC d Traffic Calming N PWT-52 ITraffic Calming Program 11 94 1 $33,1301 $18,0001 $18,0001 $18,0001 $18,0001 $18,00011 $123,130 $0 $123,13C O Traffic Planning Projects ?j PWT-53 I I Citywide ADA Transition Plan 1 $0 $100,000 $0 $0 $0 $0 $100,000 $0 $100,00C V PWT-54 I ITransportation Plan Update 1 77 1 $185,000 $0 $0 $0 $0 $0 $185,000 $0 $185,OOC B 7 Total Projects $15,059,350 $8,622,439 $7,953,000 $34,731,000 $46,537,000 $47,988,000 $160,890,789 $177,003,000 $337,893,78E d to Funding Source 2022 2023 2024 2025 2026 2027 TOTAL (2022-2027) TOTAL (2028.42) TOTAL (2022-2027) Street Fund 112 - Gas Tax & Multi -modal revenue $185,000 $131,000 $156,000 $150,000 $150,000 $150,000 $922,000 $0 $922,000 REET Fund 125 $835,199 $0 $0 $0 $0 $0 $835,199 $0 $835,19E REET Fund 126 $1,382,400 $1,596,0001 $1,518,000 $1,518,000 $1,518,000 $1,518,000 $9,050,4001 $0 $9,050,40C Transportation Impact Fees $60,000 $75,6091 $343,750 $145,000 $500,000 $0 $1,124,359 $0 $1,124,35E General Fund $500,000 $0 $0 $0 $0 $0 $500,000 $0 $500,OOC Stormwater Utility Fund 422 $371,272 $25,0001 $5,000 $0 $0 $0 $401,272 $0 $401,272 Federal Grants $936,428 $1,811,830 $1,343,250 $0 $0 $0 $4,091,508 $0 $4,091,50E State Grants $8,700,000 $3,700,000 $2,607,0001 $0 $0 $0 $15,007,000 $0 $15,007,OOC Other $2,073,211 $0 $0 $01 $0 $0 $2,073,211 $0 $2,073,211 Unsecured Funding $0 $1,268,000 $1,975,0001 $32,918,0001 $44,369,0001 $46,320,0001 $126,850.000 $177,003,000 $303,853,OOC Total Revenue $15,059,350 $8,622,439 $7,953,000 $34,731,000 $46,537,000 $47,988,000 $160,890,789 $177,003,000 N N O $337,893,78E N C N E M v R r r Q C N E t v to Q Q Packet Pg. 91 Project Description Annual pavement preservation program to maintain City streets. Project Benefit Maintains the City's pavement infrastructure and reduces the need for larger capital investment to rebuild City steets. Estimated Project Cost $1,500,000/ year Design Right of Way Construction Expense Total Street Fund 112 - Gas Tax & Multi -modal REET Fund 125 REET Fund 126 Transportation Impact Fees General Fund Stormwater Utility Fund 422 Federal Grants State Grants Unsecured Funding Funding Source Total $225,000 $150,000 $150,000 $150,000 $200,000 $200,000 $1,275,000 $1,350,000 $1,350,000 $1,236,000 $1,450,000 $1,450,000 $1,500,000 $1,500,000 $1,500,000 $1,386,000 $1,650,000 $1,650,000 $150,000 $150,000 $150,000 $500,000 $500,000 $1,500,000 $1,500,000 $1,236,000 $1,500,000 $1,500,000 $500,000 $1,500,000 $1,500,000 $1,500,000 $1,386,000 $1,650,000 $1,650,000 7 Packet Pg. 92 212TH ST SW r 2161A :L 514 a �; 3 �} LL 2101m!k 3; maw _ L O 220TH.ST :� t2 Project Description 3 a Pavement overlay of 84th Ave. W from 220th St. SW to 212th St. SW, with curb ramps upgrades, RRFB's at the r existing crosswalk in front of the Chase Lake Elementary School, and bike lane addition from 215th St. SW to 0 L 212th St. SW on both sides of the street. This project is funded through a secured Federal grant and local funds. a c The project will be completed in fall 2021 and the funding in 2022 is necessary to close-out the project and o complete the grant documents. Project Benefit Improve pavement condition and active transportation safety along the corridor. Estimated Project Cost $1,130,000 Design Right of Way Construction $5,780 Expense Total $5,780 Street Fund 112 - Gas Tax & Multi -modal REET Fund 125 REET Fund 126 $780 Transportation Impact Fees General Fund Stormwater Utility Fund 422 Federal Grants $5,000 State Grants Unsecured Funding Funding Source Total $5,780 Packet Pg. 93 LW ' a W 00 Q;m w Q �F151i5 Sh 5i4 155th S1 SW '7 Q � C ID c W lain PI Sw � 1$ddh pl 9W 288TWST SW Penny Lfi 189u� P7 y d �4QU� Si ' F4+�de Sl 54h' d �- 191MI St SW � ii_a T 5w Malt. wp' a W 391nd PF 5W Pnr4 41f LL U 1?JFd P+ .5yk N > �q3r sw a 194,5LV #s1 sw t a 15 0 � o 0 3 Project Description a r Pavement overlay of 76th Ave. W from 196th St. SW to Olympic View Dr. with pedestrian curb ramps upgrades, RRFB's at the proposed crosswalk at 75th PI. W, and possible addition of a bike lane for the northbound 0 L movement. This is a joint project funded by the Cities of Edmonds and Lynnwood, since the west half of the street a c is in the City of Edmonds and the east half is in the City of Lynnwood. o Project Benefit Improve pavement condition, install new Rapid Rectangular Flashing Beacons (RRFB's) for pedestrian safety and upgrade pedestrian curb ramps to meet ADA standards. In addition to the existing southbound bike lane, the project may add a new northbound bike lane as outlined in the City's Transportation Comprehensive Plan. Estimated Project Cost 1,955,000 Design Right of Way Construction $1,663,723 Expense Total $1,663,723 Street Fund 112 - Gas Tax & Multi -modal REET Fund 125 REET Fund 126 $274,195 Transportation Impact Fees General Fund Stormwater Utility Fund 422 Federal Grants $639,788 State Grants Other $749,740 Unsecured Funding Funding Source Total $1,663,723 Packet Pg. 94 G Edmonds Police and Orvic Pinyfleid Municipal Court Veteran's. Z Plaza LU y Bell sr > CA st TZ T� I_ o' 2 IN 3 Srio•Isle Frances Artdvrron Par 7: 1,s ■ Library Anderson enter { Par a _ . C@nter 0 � �+�� �a � Field w v — a Uavton -'S _:t. V bk►O 4k4Wf is Christian, Science Church Project Description Pavement overlay along Main St. from 6th Ave. to 9th Ave. with pedestrian curb ramps upgrades and Rectangular Rapid Flashing Beacons (RRFB's) at the existing pedestrian crosswalk at 8th Ave. The project will be funded with a federal grant (funds available in 2023) and City funds for a local match. Project Benefit Improve pavement conditions on this segment of Main St., pedestrian safety with the addition of RRFB's, and pedestrian accessibility with the ADA curb ramp. Estimated Project Cost $937,000 Design $157,000 Right of Way Construction $780,000 Expense Total $157,000 $780,000 Street Fund 112 - Gas Tax & Multi -modal re $31,000 $156,000 REET Fund 125 REET Fund 126 Transportation Impact Fees General Fund Stormwater Utility Fund 422 Federal Grants $126,000 $624,000 State Grants Unsecured Funding Funding Source Total $157,000 $780,000 s 3 a Packet Pg. 95 10 6OWZ)0 f J rL 03 04 Ln 17j, 212THS1_,T_ n � � to a > 3 Pik } ? Jto 4 0 W Ifs >236TKST SW 244TIA ST SLV Project Description Installation of raised landscaped median along Highway 99 corridor from 244th St. SW to 212th St. SW, addition of"Gateway" signage on both ends of the corridor, and a new pedestrian HAWK signal just north of 234th St. SW The project is funded from state funds provided by the Connecting Washington Transportation program. Project Benefit The conversion of the center two-way left turn lane to a landscaped raised median will improve corridor safety along this Highway of Regional Significance (HRS), with an Average Daily Traffic (ADT) of — 35,000 vehicles per day. The new HAWK signal will provide a signalized pedestrian crossing between the existing traffic signals at 238th St and 228th St. Estimated Project Cost 9,033,000 Design Right of Way Construction $7,660,000 Expense Total $7,660,000 Street Fund 112 - Gas Tax & Multi -modal re REET Fund 125 REET Fund 126 Transportation Impact Fees General Fund Stormwater Utility Fund 422 Federal Grants State Grants $7,660,000 Unsecured Funding Funding Source Total $7,660,000 3 a u_ U aL A 15 Packet Pg. 96 244TH 0 SW z `_.. +4LL '- d .-.. W N � UkK.E,BJ4Ll,lhIGER WAY �` W+ LAKE Ek, URV.EF I ri :R sw" 3 Project Description a r The Stage 3 Highway 99 project limits are from 244th St SW to 238th St. SW. The project will construct wider sidewalks with a planter strip, new street lighting, improved stormwater facilities, targeted utility replacements, 0- potential undergrounding of overhead utilities, landscaping and other softscape treatments. The Design and right a c of way phases are funded through secured Connecting Washington funds. o Project Benefit °Q N Improve aesthetics, safety, and user experience along this segment of the Hwy 99 corridor. L Estimated Project Cost N N N $32,522,000 N Design Right of Way Construction Expense Total Street Fund 112 - Gas Tax & Multi -modal re REET Fund 125 REET Fund 126 Transportation Impact Fees General Fund Stormwater Utility Fund 422 Federal Grants State Grants Unsecured Funding Funding Source Total $640,000 $2,000,000 $712,000 $1,200,000 $1,218,000 $16,000,000 $10,752,000 $640,000 $3,200,000 $1,930,000 $16,000,000 $10,752,000 $640,000 $3,200,000 $1,875,000 $55,000 $16,000,000 $10,752,000 $640,000 $3,200,000 $1,930,000 $16,000,000 $10,752,000 16 Packet Pg. 97 .4 F i; T se w 222hd Si 5W a Jq ro togf ■ isP, y r Project Description fit P1a sw imt- u,nc eu _w J ' U.JI— z 0 40 The Stage 4 Highway 99 project limits are from 220th St SW to 224th St. SW. The project will construct wider sidewalks with a planter strip, new street lighting, improved stormwater facilities, targeted utility replacements, potential undergrounding of overhead utilities, landscaping and other softscape treatments. The intersection of Highway 99 and 220th St. will be widened to add capacity and improve the level of service. The Design and right of way phases are funded through secured Connecting Washington funds, a federal grant and local transportation impact fees. Project Benefit Improve aesthetics, safety, and user experience. In addition, future economic development would be improved Estimated Project Cost $41,001,000 Design $400,000 $1,500,000 $1,500,000 $688,000 Q Right of Way $500,000 $1,500,000 $2,479,000 Construction $16,000,000 $16,434,000 E Expense Total $400,000 $2,000,000 $3,000,000 $3,167,000 $16,000,000 $16,434,000 m Street Fund 112 - Gas Tax & Multi -modal re Q REET Fund 125 REET Fund 126 Transportation Impact Fees General Fund Stormwater Utility Fund 422 Federal Grants $1,232,000 $348,000 State Grants $400,000 $500,000 $732,000 Unsecured Funding $268,000 $1,920,000 $3,167,000 $16,000,000 $16,434,000 Funding Source Total $400,000 $2,000,000 $3,000,000 $3,167,000 $16,000,000 $16,434,000 Packet Pg. 98 17 cis go r r~ 2 0TH ST SW is if Mill r +WO 219th St S;W I 21919 Lu 7514 21st PI S INCO STARBUCKS a LL a v V Project Description a r Reconfigure eastbound lanes to a left turn lane and through / right turn lane. Add eastbound and westbound dedicated left turn lanes with a protected -permitted phase. Provide right turn overlap for westbound movement 0 L during southbound left turn phase. (Additional improvements include wider sidewalk, bike lanes, and various a c utility improvements (invluding potential conversion overhead utility lines to underground). ROADWAY PROJECT o PRIORITY #1 in 2015 Transportation Plan). Project Benefit Reduce the intersection delay and improve the LOS. The projected LOS in 2035 would be improved from LOS F to LOS D. Improve active transportation conditions for pedestrians and bicycle riders. Estimated Project Cost $8,270,341 Design Right of Way Construction Expense Total Street Fund 112 - Gas Tax & Multi -modal re REET Fund 125 REET Fund 126 Transportation Impact Fees General Fund Stormwater Utility Fund 422 Water Utility Fund 421 Federal Grants State Grants Unsecured Funding Funding Source Total $276,902 $287,439 $50,000 $100,000 $675,000 $6,881,000 $276,902 $387,439 $725,000 $6,881,000 $60,000 $75,609 $343,750 $21,062 $25,000 $5,000 $15,840 $15,000 $5,000 $180,000 $271,830 $371,250 $6,881,000 $276,902 $387,439 $725,000 $6,881,000 Packet Pg. 99 25 AIYMr 147 '.' m4h' ga :l1bu,. ut A¢ss Dr Q* fi . - - 71 s1: 9t er ►ram k �.' .• } _•',,arm„ •Jilihr l �7r1 vi L.I Project Description Installation of an Adaptive System along SR-104 from 236th St. SW to 226th St. SW (total of five traffic signals along this stretch / spaced — % mile from each other). No signal communication currently exists between any of the existing traffic signals. Project Benefit Improve traffic flows along this regional corridor with a current Average Daily Traffic (ADT) of — 25,000 vehicles per day. Estimated Project Cost $2,365,000 Design $150,000 $260,000 Right of Way Construction $1,955,000 Expense Total $150,000 $260,000 $1,955,000 Street Fund 112 - Gas Tax & Multi -modal re REET Fund 125 $45,000 REET Fund 126 $78,000 $264,000 Transportation Impact Fees General Fund Stormwater Utility Fund 422 Federal Grants $105,000 $182,000 State Grants Unsecured Funding $1,691,000 Funding Source Total $150,000 $260,000 $1,955,000 Packet Pg. 100 26 Project Descriptio - a The project will stabilize the roadway subgrade and embankment and rebuild the damaged pavement on 175th St. SW. Project Benefit r Repair roadway and stabilize slope embankment. Estimated Project Cost $1,000,000 Design Right of Way Construction $1,000,000 Expense Total $1,000,000 Street Fund 112 - Gas Tax & Multi -modal re REET Fund 125 REET Fund 126 Transportation Impact Fees General Fund Stormwater Utility Fund 422 Federal Grants State Grants Unsecured Funding $1,000,000 Funding Source Total $1,000,000 Packet Pg. 101 34 Project Description Complete pedestrian crossing enhancements with the installation of RRFB's at (7) intersections (Walnut St. @ 8th Ave. S, SR-524 @ Brookmere, 106th Ave. W @ 229th PI. SW, Main St. @ Olympic Ave., 76th Ave W @ 206th St. SW, Dayton @ 2nd Ave. S, and Dayton St. @ Private Drive ), a new traffic signal at SR-104 @ 232nd St. SW, and a HAWK signal at SR-524 @ 84th Ave. W. Design, right of way and construction phases are funded through a federal grant, TIB state grant and local funds. Project Benefit Improve pedestrian safety by increasing driver yielding compliance for pedestrians waiting to cross at a marked crosswalk and safer crossing along SR-104 and SR-524 with higher speeds and longer crossing distances through signal and HAWK signal. Estimated Project Cost $2,145,000 Design Right of Way Construction $10,000 Expense Total $10,000 Street Fund 112 - Gas Tax & Multi -modal re REET Fund 125 $820 REET Fund 126 $2,230 Transportation Impact Fees General Fund Stormwater Utility Fund 422 $310 Federal Grants $6,640 Other Unsecured Funding Funding Source Total $10,000 Packet Pg. 102 Project Description Installation of bike lanes or sharrows along various street segments as identified on the Proposed Bike Facilities map of 2015 Transportation Plan. Bike lanes or sharrows will be added along 100th St. SW / 9th Ave. from 244th St. SW to Walnut St, Bowdoin Way from 9th Ave. to 84th Av., 228th St. SW from 80th Ave. to 78th Ave., and 80th Ave. from 228th St. SW to 220th St. SW. Project Benefit This project will create new bike connections to various destination points throughout the City (such as schools, parks, Downtown, Sound Transit Station...). Sound Transit awarded the grant to fund improvements that will provide more convenient access so that more people can use Sound Transit services. Estimated Project Cost 2,100,000 Design Right of Way Construction $1,562,390 Expense Total $1,562,390 Other $1,323,471 $0 $0 $0 $0 Street Fund 112 - Gas Tax & Multi -modal re REET Fund 125 $238,919 REET Fund 126 Transportation Impact Fees General Fund Stormwater Utility Fund 422 Federal Grants State Grants Unsecured Funding Funding Source Total $1,562,390 $0 $0 $0 $0 45 $0 91 3 a u_ U EL U Packet Pg. 103 Project Description Install traffic calming devices (such as Radar Feedback signs, speed cushions, or other elements). Project Benefit Reduce vehicle speeds on City streets that qualify under the City's Traffic Calming Policy. Estimated Project Cost $33,130 for 2022 Design Right of Way Construction Expense Total Street Fund 112 - Gas Tax & Multi -modal REET Fund 125 REET Fund 126 Transportation Impact Fees General Fund Stormwater Utility Fund 422 Federal Grants State Grants Unsecured Funding Funding Source Total $33,130 $18,000 $18,000 $18,000 $18,000 $18,000 $33,130 $18,000 $18,000 $18,000 $18,000 $18,000 $33,130 $18,000 $18,000 $18,000 $18,000 $18,000 $33,130 $18,000 $18,000 $18,000 $18,000 $18,000 Packet Pg. 104 "fir�J I Project Description The Plan identifies all existing ADA deficiencies within the City Right of Way (such as non -compliant ADA curb ramps, tripping hazards within sidewalk, non -compliant ADA driveways, and signalized intersection without Audible Pedestrian Signals (APS). Project Benefit Inventories and prioritizes ADA issues in the City right of way. Estimated Project Cost $100,000 Design $100,000 Right of Way Construction Expense Total $100,000 Street Fund 112 - Gas Tax & Multi -modal re $100,000 REET Fund 125 REET Fund 126 Transportation Impact Fees General Fund Stormwater Utility Fund 422 Federal Grants State Grants Unsecured Funding Funding Source Total $100,000 Packet Pg. 105 59 Project Description Update the City's long range transportation plan. Project Benefit Estimated Project Cost $185,000 Design $185,000 Right of Way Construction Expense Total $185,000 Street Fund 112 - Gas Tax & Multi -modal re $185,000 REET Fund 125 REET Fund 126 Transportation Impact Fees General Fund Stormwater Utility Fund 422 Federal Grants State Grants Unsecured Funding Funding Source Total $185,000 3 Packet Pg. 106 Ln Sea Vista p5. 7#h and w Elm Paris Q 2 0TH ST SW ruu . o Project Description The walkway project is ranked #6 on the short walkway list from the 2015 Transportation Plan. The project will install approximately 700 feet of new sidewalk, six pedestrian curb ramps and modify the existing stormwater system on Elm Way between 8th Ave. S and 9th Ave. S. Project Benefit The project will improve pedestrian safety and provide a missing link of sidewalk on Elm Way between 8th Ave and 9th Ave. Estimated Project Cost Design Right of Way Construction $901,780 Expense Total $901,780 Street Fund 112 - Gas Tax & Multi -modal REET Fund 125 REET Fund 126 $551,880 Transportation Impact Fees General Fund Stormwater Utility Fund 422 $349,900 Federal Grants State Grants Unsecured Funding Funding Source Total $901,780 3 a u_ U aL LAI 61 Packet Pg. 107 Project Description Jw Addition of Rectangular Rapid Flashing Beacons (RRFB) and/or flashing LED lights around regulatory signs at selected locations throughout the City. Project Benefit Improve safety at pedestrian crossings. Estimated Project Cos $20,000/year Design Right of Way Construction $20,185 Expense Total $20,185 Street Fund 112 - Gas Tax & Multi -modal re REET Fund 125 REET Fund 126 $20,185 Transportation Impact Fees General Fund Stormwater Utility Fund 422 Federal Grants State Grants Unsecured Funding Funding Source Total $20,185 3 a� 62 Packet Pg. 108 Project Description J Install guardrails along selected stretches throughout the City with steep drop-off and other safety issues. Project Benefit Improve safety of City transportation system. Estimated Project Cost 520,000/year Design Right of Way Construction $20,180 Expense Total $20,180 Street Fund 112 - Gas Tax & Multi -modal re REET Fund 125 $20,180 REET Fund 126 Transportation Impact Fees General Fund Stormwater Utility Fund 422 Federal Grants State Grants Unsecured Funding Funding Source Total $20,180 63 Packet Pg. 109 a Project Description Upgrade traffic signal equipment at selected signalized intersections with new equipment within signal cabinet, new vehicular detection, new vehicle heads, and/or new pedestrian heads. Project Benefit Improve reliability of traffic signal operation. Estimated Project Cost $30,000/year Design Right of Way Construction $30,280 Expense Total $30,280 Street Fund 112 - Gas Tax & Multi -modal re REET Fund 125 $30,280 REET Fund 126 Transportation Impact Fees General Fund Stormwater Utility Fund 422 Federal Grants State Grants Unsecured Funding Funding Source Total $30,280 Packet Pg. 110 64 °V ED4 Public Works & Utilities Department UTILITY PROJECTS 2022/2023 P` Inc. 189� Projects o Sewer o Stormwater PW�W-09 P o Water _ Sewer Q oil OP PWS-11 o 3 MMrMMO W-up * Site specific projects only. Citywide/annual citywide projects not shown. Packet Pg. 111 2.7.b WATER 3 A! as a U a U L O a as 0 L a D Cl) N N N O N N C N E t u r r Q C t V r+ Q Packet Pg. 112 65 2.7.b Water Proiects # CFP PROJECT OP # 2022 2023 2024 2025 2026 2027 TOTAL (2022-2027) TOTAL (2028-42) TOTAL Project Cost PWW-01 Phase 12 Annual Replacement Program 2022 50 $2,159,412 $0 $0 $0 $0 $0 $2,159,412 $2,159,412 PW W-02 Phase 13 Annual Replacement Program 2023 46 $486,661 $3,389,788 $0 $0 $0 $0 $3,876,449 $3,876,449 PWW-03 Phase 14 Annual Replacement Program 2024 $0 $506,128 $3,525,379 $0 $0 $0 $4,031,507 $4,031,507 PWW-04 I I Phase 15 Annual Replacement Program 2025 $0 $0 $526,373 $3,666,379 $0 $0 $4,192,7521 $4,192,752 PWW-05 Phase 16 Annual Replacement Program 2026 $0 $0 $0 $547,428 $3,813,034 $0 $4,360,462 $4,360,462 PW W-06 Phase 17 Annual Replacement Program 2027 $0 $0 $0 $0 $569,325 $3,965,555 $4,534,880 $4,534,880 PWW-07 Phase 18 Annual Replacement Program 2028 $0 $0 $0 $0 $0 $592,098 $592,098 $592,098 PWW-08 2022 Waterline Overlays 49 $175,000 $0 $0 $0 $0 $0 $175,000 $175,000 PW W-09 Yost & Seaview Reservoir Assessment 47 $505,000 $0 $0 $0 $0 $0 $505,000 $505,000 Total Projects $3,326,073 $3,895,916 $4,051,752 $4,213,807 $4,382,359 $4,557,653 $24,427,560 $0 $24,427,560 Funding Source 2022 2023 2024 2025 2026 Y027 TOTAL TOTAL TOTAL (2022-2027) (2028-42) Water Fund - 421 $3,326,073 $3,895,916 $4,051,752 $4,213,807 $4,382,359 $4,557,653 $24,427,560 $24,427,560 Total Revenue $3,326,073 $3,895,916 $4,051,752 $4,213,807 $4,382,359 $4,557,653 $24,427,560 $0 $24,427,560 3 Packet Pg. 113 1 Project Description Per the approved 2017 Water Comprehensive Plan, the projects will replace/maintain pipe and related appurtenances at various locations throughout the City due to old age, being undersized, need to increase flow or pressure, or more prone to breakage due to its material properties. Project Benefit Maintain a high level of drinking water quality, improve overall system reliability, decrease probability of breakages and leakage, improve fire flows, and decrease overall day to day maintenance costs. Estimated Project Cost $2.9 to $4.5 million/year Design $486,661 $506,128 $526,373 $547,428 $569,325 $592,098 Right of Way Construction $2,159,412 $3,389,788 $3,525,379 $3,666,379 $3,813,034 $3,965,555 Expense Total $2,646,073 $3,895,916 $4,051,752 $4,213,807 $4,382,359 $4,557,653 Water Fund 421 $2,646,073 $3,895,916 $4,051,752 $4,213,807 $4,382,359 $4,557,653 Funding Source Total $2,646,073 $3,895,916 $4,051,752 $4,213,807 $4,382,359 $4,557,653 Packet Pg. 114 67 Project Description Road pavement overlays to cover areas of roadways that were excavated and patched in previous years as part of the Waterline Replacement Projects. Project Benefit Improve overall pavement condition in locations that were excavated and patched due to Waterline Replacement Projects. Estimated Project Cost $175,000 Design $30,000 Right of Way Construction $145,000 Expense Total $175,000 Water Fund 421 $175,000 Funding Source Total $175,000 Packet Pg. 115 185th P[ SW -, } _ ; S 18151h PI SW view Water Tank ALI OW Project Description Per the approved 2017 Water Comprehensive Plan, the project will replace/maintain pipe and related appurtenances at various locations throughout the City due to old age, being undersized, need to increase flow or pressure, or more prone to breakage due to its material properties. This work is being done to provide an in detail evaluation of the condition of our two underground potable water storage reservoirs. Findings will be used to determine costs and next steps for any future needed maintenance or repairs. Project Benefit Maintain a high level of drinking water quality, improve overall system reliability, decrease probability of breakages and leakage, improve fire flows, and decrease overall day to day maintenance costs. Estimated Project Cost TBD Design Right of Way Construction $505,000 Expense Total $505,000 Water Fund 421 $505,000 Funding Source Total $505,000 LLJ I- 00 3 d a u_ U IL U a Packet Pg. 116 0 2.7.b Stormwater Projects DP TOTAL TOTAL # CFP PROJECT 2022 2023 2024 2025 2026 2027 # (2022-2027) (2028-42) Edmonds Marsh Estuary Restoration Related Projects PWD-01 I X Edmonds Marsh Water Quality Improvements 551 $190,000 $1,230,840 $0 $0 $0 $0 $1,420,840 $0 Perrinville Creek Basin Proiects PWD-03 Perrinville Creek Flow Management Projects 60 $121,542 $100,000 $100,000 $100,000 $100,000 $100,000 $621,542 $0 PWD-04 X Lower Perrinville Creek Restoration (Phase 1) 53 $550,000 $150,000 $2,800,000 $0 $0 $0 $3,500,000 $0 PWD-05 X Seaview Park Infiltration Facility Phase 2 59 $555,000 $0 $0 $0 $0 $0 $555,000 $0 Storm Drainage Improvement Proiects PWD-06 Lake Ballinger Regional Facility Design Phase 54 $300,000 $250,000 $0 $0 $0 $0 $550,000 $0 PWD-07 X Ballinger Regional Facility Construction Phase $0 $0 $6,000,000 $0 $0 $0 $6,000,000 $0 PWD-08 Green Street & Rain Gardens 61 $400,000 $600,000 $0 $0 $0 $0 $1,000,000 $0 Annually Funded Proiects PWD-09 2022 SD Overlays 57 $60,000 $0 $0 $0 $0 $0 $60,000 $0 PWD-10 Phase 3 Annual Storm Replacement Project (2022) 58 $1,450,000 $0 $0 $0 $0 $0 $1,450,000 $0 PWD-11 Phase 4 Annual Storm Replacement Project (2023) 52 $312,000 $1,622,400 $0 $0 $0 $0 $1,934,400 $0 PWD-12 Phase 5 Annual Storm Replacement Project (2024) $0 $324,480 $1,687,296 $0 $0 $0 $2,011,776 $0 PWD-13 Phase 6 Annual Storm Replacement Project (2025) $0 $0 $337,460 $1,754,786 $0 $0 $2,092,246 $0 PWD-14 Phase 7 Annual Storm Replacement Project (2026) $0 $0 $0 $350,958 $1,824,977 $0 $2,175,935 $0 PWD-15 Phase 8 Annual Storm Replacement Project (2027) $0 $0 $0 $0 $364,996 $1,897,976 $2,262,972 $0 PWD-16 Phase 9 Annual Storm Replacement Project (2028) $0 $0 $0 $0 $0 $379,596 $379,596 $0 Compliance Related Projects PWD-17 I IStorm and Surface Water Comprehensive Plan 56 1 $300,000 $0 $0 1$0 1$0 1$0 $300,000 $0 Total Projects $4,238,542 $4,277,720 $10,924,756 $2,205,744 $2,289,973 $2,377,572 $26,314,307 $0 Funding Source 2022 2023 2024 2025 2026 2027 TOTAL (2022-2027) TOTAL (2028-42) Stormwater Utility Fund 422 $ 2,457,292 $ 2,363,880 $ 3,774,756 $ 41205,744 $ 4,289,973 $ 2,377,572 $ 19,469,217 $ - Federal Grants $ - $ - $ - $ - $ - $ - $ - $ - State Grants $ 6717250 $ 723,840 $ - $ - $ - $ - $ 1,395,090 $ - Unsecured Grants $ 15110,000 $ 1,790,000 $ 7,750,000 $ 6,000,000 $ 6,000,000 $ - $ 22,650,000 $ - Total Revenue $ - 1 $ - $ - $ - 1 $ - $ - $ - $ - $ 41238,542 1 $ 4,877,720 $ 11,524,756 $ 10,205,744 1 $ 10,289,973 $ 2,377,572 $ 43,514,307 $ - Packet Pg. 118 71 Edmonds Marsh RJniup Qf, O Edmonds Marsh Project Descriptio Feasibility documents for the Willow Creek Daylighting project identified some areas of concern for water quality of stormwater entering the Marsh. Additionally, new research has identified a chemical in tire production causing pre -spawn mortality in salmon, further cementing the linkage between vehicle traffic and poor water quality for fish habitat. By improving the water quality inputs of stormwater, the future marsh can provide better habitat for the return of salmon to the marsh. This project was previously included in the 2021 budget as only a "Phase 1" project specific to the west side of SR-104. However, with additional funding identified, staff propose to expand this effort to provide water quality mitigation for all discharges directly into the marsh form SR-104 and Harbor Square. Project Benefit Improve water quality of stormwater discharging into the Edmonds Marsh from the west portions of SR-104 located near the marsh. The improvements will provide better habitat for the return of salmon to the marsh. Estimated Project Cost $1,500,000 Design $190,000 $10,000 Right of Way Construction $1,220,840 Expense Total $190,000 $1,230,840 Stormwater Utility Fund 422 $104,500 Federal Grants State Grants $30,000 $536,340 Unsecured Grants $160,000 $590,000 Funding Source Total $190,000 $1,230,840 Packet Pg. 119 72 Project Descriptio Reducing scouring flows in order to reduce sediments load in Perrinville Creek was identified in a previous basin report completed in 2015 as a critical element of restoring this creek which has been significantly impacted by urban development. The projects funded by this program are incremental steps toward recovering this stream run as adequate fish habitat. These effort have become even more critical given recent challenges around the Perrinville Creek outfall area. This program is a fund for implementing projects within the Perrinville Creek basin to reduce scour flows in the creek. It allows staff flexibility to respond to ad -hoc opportunities such as rain garden cluster projects, or ensure matching funds are available for chasing grant applications for flow reductions projects. Project Benefit The project will reduce peak flows in Perrinville creek, improve fish passage and decrease creek bed scour during peak flow events. Estimated Project Cost $100,000/year Design $10,000 $10,000 $10,000 $10,000 $10,000 $10,000 Right of Way Construction $111,542 $90,000 $90,000 $90,000 $90,000 $90,000 Expense Total $121,542 $100,000 $100,000 $100,000 $100,000 $100,000 Stormwater Utility Fund 422 $121,542 $100,000 $100,000 $100,000 $100,000 $100,000 Federal Grants State Grants Unsecured Grants Funding Source Total $121,542 $100,000 $100,000 $100,000 $100,000 $100,001 Packet Pg. 120 73 Project Description The City has struggled to manage the undersized outfall system at Perrinville Creek; the current combination of creek alignment, sedimentation, and undersized culverts creates several issues which make the creek unsustainable as a natural system. The concern must be addressed from the bottom of the creek up in order to sequence the relief of the numerous concerns correctly. A future phase would replace the culvert under Talbot Road as well. The improvements are needed to relieve current flooding, ease City maintenance needs, and provide better and more sustainable fish habitat. This project will build on any interim improvements which staff are able to complete in 2021. The project would include a new culvert under BNSF right-of-way which is fully compliant with current flood management and fish passage regulations. The project will include many stakeholders and likely include a minimum 2-year design and development phase before being ready for construction. Project Benefit The project will reduce City maintenance needs in the future and improve fish passage. Estimated Project Cost $5,500,000 Design Right of Way Construction Expense Total Stormwater Utility Fund 422 Federal Grants State Grants Unsecured Grants Funding Source Total $550,000 $100,000 $50,000 $2,800,000 $550,000 $150,000 $2,800,000 $550,000 $150,000 $2,800,000 $550,000 $150,000 $2,800,000 74 Packet Pg. 121 S&a- --�v Park cn 7851h S# SVv r 3: JO lu Ik rM INA 1 R6th S7t 5W ir Ti cc Project Descriptio 20 Reducing scouring flows in order to reduce sediments load in Perrinville Creek was identified in a previous basin report completed in 2015 as a critical element of restoring this creek which has been significantly impacted by urban development. The project is an incremental step toward recovering this stream run as an adequate fish habitat. The grant for this project has already been secured. This project proposes construction of an infiltration system in Seaview Park, almost identical to the successful Phase 1 project which was completed in 2019, in order to infiltrate more runoff in the Perrinville Creek basin. Project Benefit Decrease peak storm flows in the Perrinville Creek basin to help normalize flows within Perrinville Creek and decrease potential of scour within the Creek. Estimated Project Cost $742,000 Design $60,000 Right of Way Construction $495,000 Expense Total $555,000 Stormwater Utility Fund 422 $138,750 Federal Grants State Grants $416,250 Unsecured Grants Funding Source Total $555,000 3 75 Packet Pg. 122 a 242 nd $I S Project Descriptiois ■ W .241st ST cVV Lake Ballinger suffers from urban flooding & seasonal algae blooms along with other water quality impairments. The Highway 99 corridor is an area of high development, including a future City project which will require stormwater mitigation. By creating a regional facility, the City can improve the stormwater mitigation achieved by development, addressed stormwater mitigation needs for the future Highway project, and treat runoff from one of the City bigger pollution generating areas. The City can drastically improve Lake Ballinger water quality. The project proposes to implement water quality and flow control improvements at City -owned Mathay-Ballinger Park as green stormwater infrastructure (GSI) which would significantly benefit the Lake ecology and habitat conditions and enhance a valued neighborhood, but underutilized, park. This phase is limited to design and production of plans and specifications; construction phase will be tracked as separate project (to ease and simplify grant management/reporting). Project Benefit The project proposes to implement water quality and flow control improvements at City -owned Mathay-Ballinger Park as green stormwater infrastructure (GSI) which would significantly benefit the Lake ecology and habitat conditions and enhance a valued neighborhood, but underutilized, park. Estimated Project Cost $550,000 Design $300,000 $250,000 Right of Way Construction Expense Total $300,000 $250,000 Stormwater Utility Fund 422 $75,000 $62,500 Federal Grants State Grants $225,000 $187,500 Unsecured Grants Funding Source Total $300,000 $250,000 Packet Pg. 123 76 Project Descriptio City forays into green stormwater infrastructure elements have been limited, but with good success. Continuing to implement such projects will allow us to proactively make improvements to the conditions of the City drainage system and will help reduce flooding. This project proposes to implement green stormwater elements, such as rain garden and bioretention, throughout the City. Staff will leverage opportunities with other projects, communication with property owners, and historical knowledge/experience to identify and selected locations where green infrastructure can be implemented with relative ease or efficiency. Staff proposes to implement this effort as a series of small work projects over the next several years. Project Benefit Improvements to the City drainage systems using raingardens and green infrastructure resulting in reduced flooding and a reduction to peak stormwater flows. Estimated Project Cost $1,000,000 Design $75,000 $100,000 Right of Way Construction $325,000 $500,000 Expense Total $400,000 $600,000 Stormwater Utility Fund 422 Federal Grants State Grants Unsecured Grants $400,000 $600,000 Funding Source Total $400,000 $600,000 Packet Pg. 124 Project Description JV Road pavement overlays to cover areas of roadways that were excavated and patched in previous years as part of the Annual Storm Maintenance Projects. Project Benefit Improve overall pavement condition in locations that were excavated and patched due to the Annual Storm Replacement Projects. $60,000 Design $9,000 Right of Way Construction $51,000 Expense Total $60,000 Stormwater Utility Fund 422 $60,000 Federal Grants State Grants Unsecured Grants Funding Source Total $60,000 79 Packet Pg. 125 Project Description 3 d o: a U- U a U N L O (,i Annual storm drain replacement/maintenance projects. Projects propose to replace or rehab storm drain a infrastructure in several locations throughout the City. Locations of work identified by City crews and staff via first had knowledge or video inspection results. Much of Edmonds stormwater infrastructure is past its lifespan and requires routine replacement or repair in order to preserve the function of the storm drain system. Failure to conduct annual maintenance projects will increase chances of a storm drain system failure. Project Benefit Improve system reliability and capacity, decrease breakages, and decrease overall day to day maintenance costs Estimated Project Cost $1.8 to $2.3 million/year Design $312,000 $324,480 $337,460 $350,958 $364,996 $379,596 Right of Way Construction $1,450,000 $1,622,400 $1,687,296 $1,754,786 $1,824,977 $1,897,976 Expense Total $1,762,000 $1,946,880 $2,024,756 $2,105,744 $2,189,973 $2,277,572 Stormwater Utility Fund 422 $1,762,000 $1,946,880 $2,024,756 $2,105,744 $2,189,973 $2,277,572 Funding Source Total $1,762,000 $1,946,880 $2,024,756 $2,105,744 $2,189,973 $2,277,572 Packet Pg. 126 LYNNWOOD arx n Rv` �4 PUCE TOR i%T1ISTSW ? P I40iHn 5µ W F EDMONDS Io�ixnSW _ 3 J — sI roerx n zv ,•, �,�Tg ,NWM1Y tl iiH nsw ' ? ix sUSNNINCORPOMTED COUNTY 3 WOODWAY '" OUNTLAKE _ a M etERRACE ES EMSWNCE -�� •� KING COUNTY =OdMS W -TH SI s:^: Project Description This project would be a comprehensive evaluation of the City's storm drain system and operations with recommendations for improvements or adjustments and recommended priorities for selecting future capital maintenance projects. No on -going cost are anticipated except to implement any recommended improvements or projects, which will be done as new capital projects with due budget planning/process. Project Benefit Id A holistic summary of the City's Stormwater system with recommended priorities for selecting future capital maintenance and improvements projects. Estimated Proje $450,000 Design $300,000 $0 $0 $0 $0 $0 Expense Total $300,000 $0 $0 $0 $0 $0 Stormwater Utility Fund 422 $300,000 $0 $0 $0 $0 $0 Revenue Total $300,000 $0 $0 $0 $0 $0 Packet Pg. 127 2.7.b Sewer Proiects # CFP PROJECT DP # 2022 2023 2024 2025 2026 2027 TOTAL (2022-2027) TOTAL (2028-42) TOTAL Project Cost PWS-01 Phase 9 Annual Sewer Repl/Rehab/Improvements, (2022) 65 $1,606,550 $0 $0 $0 $0 $0 $1,606,550 $1,606,550 PWS-02 Phase 10 Annual Sewer Repl/Rehab/Improvements (2023) 62 $336,074 $1,889,212 $0 $0 $0 $0 $2,225,286 $2,225,286 PWS-03 Phase 11 Annual Sewer Repl/Rehab/Improvements (2024) $0 $349,517 $1,964,780 $0 $0 $0 $2,314,297 $2,314,297 PWS-04 Phase 12 Annual Sewer Repl/Rehab/Improvements (2025) $0 $0 $363,498 $2,043,372 $0 $0 $2,406,8701 $2,406,870 PWS-05 Phase 13 Annual Sewer Repl/Rehab/Improvements (2026) $0 $0 $0 $378,038 $2,125,107 $0 $2,503,145 $2,503,145 PWS-06 Phase 14 Annual Sewer Repl/Rehab/Improvements (2027) $0 $0 $0 $0 $393,160 $2,210,111 $2,603,271 $2,603,271 PWS-07 Phase 15 Annual Sewer Repl/Rehab/Improvements (2028) $0 $0 $0 $0 $0 $408,886 $408,886 $408,886 PWS-08 2021 SS Overlays 64 $60,000 $0 $0 $0 $0 $0 $60,000 $60,000 PWS-09 Citywide CIPP Sewer Rehabilitation Phase 4 63 $482,258 $0 $0 $0 $0 $0 $482,258 $482,258 PWS-10 Annual Citywide CIPP Sewer Rehabilitation $0 $501,549 $521,611 $542,475 $564,174 $586,741 $2,716,550 $2,716,550 PWS-11 Lake Ballinger Sewer $0 $1,000,000 $5,000,000 $0 $0 $0 $6,000,000 $6,000,000 Total Projects $2,484,882 $3,740,278 $7,849,889 $2,963,885 $3,082,441 $3,205,738 $23,327,113 $0 $23,327,113 Funding Source 2022 2023 2024 2025 2026 2027 TOTAL TOTAL TOTAL (2022-2027) (2028-42) Sewer Fund -423 $2,484,882 $3,740,278 $7,849,889 $2,963,885 $3,082,441 $3,205,738 $23,327,113 $23,327,113 Total Revenue $2,484,882 $3,740,278 $7,849,889 $2,963,885 $3,082,441 $3,205,738 $23,327,113 $0 $23,327,113 3 Packet Pg. 129 Project Description Per the approved 2013 Sewer Comprehensive Plan, the projects will replace pipe and related appurtenances at various locations throughout the City due to old age, being undersized, need to increase capacity, or more prone to breakage due to its material properties. Project Benefit Improve system reliability and capacity, decrease infiltration and inflow, decrease breakages, and decrease overall day to day maintenance costs. Estimated Project Cost $2.0 to $2.6 million/year Design $336,074 $349,517 $363,498 $378,038 $393,160 $408,886 Right of Way Construction $1,606,550 $1,889,212 $1,964,780 $2,043,372 $2,125,107 $2,210,111 Expense Total $1,942,624 $2,238,729 $2,328,278 $2,421,410 $2,518,267 $2,618,997 Water Fund 423 $1,942,624 $2,238,729 $2,328,278 $2,421,410 $2,518,267 $2,618,997 Funding Source Total $1,942,624 $2,238,729 $2,328,278 $2,421,410 $2,518,267 $2,618,997 Packet Pg. 130 Project Description Road pavement overlays to cover areas of roadways that were excavated and patched in previous years as part of the Sanitary Sewer Replacement Projects. Project Benefit Improve overall pavement condition in locations that were excavated and patched due to Sanitary Sewer Replacement Projects. Estimated Project Cost $60,000 Design $12,000 Right of Way Construction $48,000 Expense Total $60,000 Water Fund 423 $60,000 Funding Source Total $60,000 Packet Pg. 131 Project Description Per the approved 2013 Sewer Comprehensive plan and current video inspections of sewer mains, the project will line existing sewer mains that are subject root intrusion, infiltration and inflow, and damage that can be repaired by this trenchless method. Project Benefit Improve system reliability and capacity, decrease infiltration and inflow, decrease breakages, and decrease overall day to day maintenance costs. Estimated Project Cost $482,258 Design $72,338 Right of Way Construction $409,920 Expense Total $482,258 Water Fund 423 $482,258 Funding Source Total $482,258 Packet Pg. 132 Project Description Per the approved 2013 Sewer Comprehensive plan and current video inspections of sewer mains, the project will line existing sewer mains that are subject root intrusion, infiltration and inflow, and damage that can be repaired by this trenchless method. Project Benefit Improve system reliability and capacity, decrease infiltration and inflow, decrease breakages, and decrease overall day to day maintenance costs. Estimated Project Cost $500,000 to $590,000/year Design $75,232 $78,241 $81,371 $84,626 $88,011 Right of Way Construction $426,317 $443,370 $461,104 $479,548 $498,730 Expense Total $501,549 $521,611 $542,475 $564,174 $586,741 Water Fund 423 $501,549 $521,611 $542,475 $564,174 $586,741 Funding Source Total $501,549 $521,611 $542,475 $564,174 $586,741 Packet Pg. 133 tSVLKANU- � r 238TH ST SW 244TH ST SVO A. F rn r� Lake Ballifig�� OS 4VAY M]Nd 4 54Y!232rkj SY4' W L i 235TH PL SW' _. 'BA LLrNGER WAY -.:�244:TH:.-STa WL:7 ` T :' dzt,M' $i S i ZY t a LL U W a U N 0 Project Description Per the approved 2013 Sewer Comprehensive plan and current video inspections of sewer mains, the sewer pipe a along Lake Ballinger will require additional flow capacity in the near future. These improvements are needed to account for population growth, reduce Infiltration and Inflow from the pipe and improve maintenance and d 0 emergency access for this major trunk system. a w Project Benefit, M Improve system reliability and capacity, decrease infiltration and inflow, and decrease overall day to day N maintenance costs. Improved access will help ease maintenance and access for emergencies, which will further N decease any chance of potential sewer spills into Lake Ballinger. Estimated Project Cost $6,000,000 Design Right of Way Construction Expense Total Water Fund 423 Funding Source Total $1,000,000 $5,000,000 $1,000,000 $5,000,000 $1,000,000 $5,000,000 $1,000,000 $5,000,000 Packet Pg. 134 2.8 City Council Agenda Item Meeting Date: 04/12/2022 2022 Parks Capital Project Update Staff Lead: Angie Feser Department: Parks, Recreation & Cultural Services Preparer: Angie Feser Background/History At the request of the Parks & Public Work Committee, staff is presenting an update of the 2022 Park Capital Projects. The following are active and planned Parks capital projects for 2022. The project numbers coincide with the attached Park Capital Projects Map. Currently active projects include Civic Center Playfields, Yost Pool Replaster project and some citywide small capital projects. Parkland acquisition work is continuous and ongoing. The Greenhouse project requires a variance and that is in process with plans for project installation bids and work to follow later this summer. Two projects were carryforward from 2021 including the Greenhouse (contracted out) and the City Park Pedestrian pathway (in-house). PRK-1 Civic Center Playfield Park: ($ 9,755,742) Under construction, completion slated for Winter 2022-23. Detailed update presented to Council on March 1, 2022 PRK-1A Yost Infiltration Mitigation Project: ($400,000 estimate) Permitting complete, scheduled for out to bid mid -May. PRK-S Yost Pool Replaster Repair: ($ 175,000) Bid complete, finalizing contract. Start date scheduled mid -April. PRK-A Citywide Park Improvements/Capital Replacement Program: ($ 155,000) Various projects including Brackett's Landing North Restroom Repair (PRK- Al), Yost bridge replacement, and ADA renovations PRK C Parkland Acquisition: ($ 1,099,000) On -going and city-wide PRK-10 Greenhouse: ($100,000) 2021 Project carryforward PRK-11 City Park Pedestrian Pathway: ($50,000) 2021 Project carryforward Staff Recommendation This agenda item is for informational purposes, there is no need for a formal recommendation or action. Packet Pg. 135 2.8 Attachments: 2022 Parks Capital Projects MAP Packet Pg. 136 Parks, Recreation, and Cultural Services 2022 PARKS CAPITAL PROJECTS Non Site -Specific Projects PRKC - Land Acquisition U N rle-A I N )k