Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutCouncil 08/02/2010AGENDA
RENTON CITY COUNCIL
REGULAR MEETING
August 2, 2010
Monday, 7 p.m.
1.CALL TO ORDER AND PLEDGE OF ALLEGIANCE
2.ROLL CALL
3.PROCLAMATIONS
a. National Night Out 2010 ‐ August 3, 2010
b. Budkis Day ‐ August 8, 2010
4.SPECIAL PRESENTATION
a. Fire & Emergency Services Department ‐ Citizen Recognition
5.ADMINISTRATIVE REPORT
6.AUDIENCE COMMENT
(Speakers must sign up prior to the Council meeting. Each speaker is allowed five minutes. The
comment period will be limited to one‐half hour. The second audience comment period later on in
the agenda is unlimited in duration.) When you are recognized by the Presiding Officer, please
walk to the podium and state your name and city of residence for the record, SPELLING YOUR LAST
NAME.
7.CONSENT AGENDA
The following items are distributed to Councilmembers in advance for study and review, and the
recommended actions will be accepted in a single motion. Any item may be removed for further
discussion if requested by a Councilmember.
a. Approval of Council meeting minutes of 7/19/2010. Council concur.
b. Mayor Law appoints the following individuals to the Library Advisory Board: Catherine Ploue‐
Smith, for a term expiring 9/1/2011; Suzi Ure, for a term expiring 9/1/2012; Erica Richey, for a
term expiring 9/1/2013; Jason Oleston, for a term expiring 9/1/2014; and Laurie Beden, for a
term expiring 9/1/2015. Refer to Community Services Committee.
c. City Clerk reports bid opening on 7/20/2010 for CAG‐10‐084, Union Ave. NE/Duvall Ave. NE
Storm System Repair project; 13 bids; engineer’s estimate $95,090.00; and submits staff
recommendation to award the contract to the low bidder, Hoffman Construction, Inc., in the
amount of $71,978.05. Council concur.
d. City Clerk reports bid opening on 7/27/2010 for CAG‐10‐086, Madsen Creek Sediment Basin
Cleaning ‐ 2010 project; 11 bids; engineer’s estimate $40,296; and submits staff
recommendation to award the contract to the low bidder, Sierra Pacific Construction, LLC, in
the amount of $31,207.50. Council concur.
Page 1 of 206
e. Community and Economic Development Department requests approval to award $75,000 from
the Housing Opportunity Fund to the Habitat for Humanity of East King County to support the
development and construction of the La Fortuna Phase I affordable home ownership project.
Refer to Planning and Development Committee.
f. Community and Economic Development Department recommends directing the Planning
Commission to hold the two required public hearings regarding prezoning of the Fairwood
Potential Annexation Area. Refer to Planning and Development Committee and Planning
Commission.
g. Community Services Department recommends approval of a golf course fee waiver in the
amount of $11,600 for the Renton, Lindbergh, Hazen, and Liberty High Schools' 2010 golf
season. Refer to Finance Committee.
h. Community Services Department recommends approval of a shelter rental fee waiver in the
amount of $300 for an Eastside Domestic Violence Program sponsored fundraiser. Refer to
Finance Committee.
i. Executive Department recommends adoption of a resolution declining to place the issue of
West Hill annexation bedfore voters in the area. Refer to Committee of the Whole.
j. Finance and Information Services Department requests approval to change the department
title to the Finance and Information Technology Department. Council concur. (See 9.a. for
ordinance.)
k. Fire and Emergency Services Department recommends approval of an agreement with the
Washington State Military Department to accept Department of Homeland Security Emergency
Management Performance Grant funds in the amount of $121,546, to support the emergency
management program. Council concur.
l. Transportation Systems Division recommends approval of an addendum to airport lease LAG‐
99‐002, with Pro‐Flight Aviation, Inc. to increase the total ground lease rate per appraisal to
$22,068.90 annually through 7/31/2013. Council concur.
m. Transportation Systems Division recommends approval of updated Airport Regulations and
Standards. Refer to Transportation (Aviation) Committee.
n. Utility Systems Division submits CAG‐09‐173, 126th Ave. SE Utility project, and requests
approval of the project, final pay estimate in the amount of $1,533, commencement of a 60‐
day lien period, and release of retained amount of $23,119.43 to Rodarte Construction, Inc.,
contractor, if all required releases are obtained. Council concur.
o. Utility Systems Division submits CAG‐09‐157, 2009 Pump Station Electrical Upgrades
project, and requests approval of the project, final pay estimate in the amount of $946.93,
commencement of a 60‐day lien period, and release of retained amount of $3,833.10 to EC
Company, contractor, if all required releases are obtained. Council concur.
p. Utility Systems Division recommends approval to accept $226,076 from the King County Solid
Waste Division's 2010‐2011 Waste Reduction and Recycling Grant program to implement
various recycling events and programs. Council concur. (See 9.a. for resolution.)
8.UNFINISHED BUSINESS
Topics listed below were discussed in Council committees during the past week. Those topics
marked with an asterisk (*) may include legislation. Committee reports on any topics may be held
by the Chair if further review is necessary.
a. Finance Committee: Vouchers; Lake Washington Trail Project Bid Opening; 2nd Quarter 2010
Budget Amendments*; Quendall Terminals EIS Contract with Blumen Consulting Group
Page 2 of 206
b. Public Safety Committee: New Minimum Standards for the International Property Maintenance
Code*; Unfit Building Regulations Amendments*
c. Utilities Committee: Utilities Rate Plan Projection; Classic Concepts Latecomer Request
9.RESOLUTIONS AND ORDINANCES
Resolution:
a. Waste Reduction and Recycling (WRR) grant agreement with King County Solid Waste
Division (See 7.p.)
Ordinances for first reading:
a. Changing the title of the Finance and Information Systems Department to the Finance and
Information Technology Department (See 7.j.)
b. Amending the 2010 Budget (See 8.a.)
c. Adopting New Minimum Maintenance Standards for the International Property
Maintenance Code (See 8.b.)
d. Amending Unfit Building Regulations (See 8.b.)
10.NEW BUSINESS
(Includes Council Committee agenda topics; call 425‐430‐6512 for recorded information.)
11.AUDIENCE COMMENT
12.ADJOURNMENT
COMMITTEE OF THE WHOLE AGENDA
(Preceding Council Meeting)
* 7TH FLOOR CONFERENCING CENTER *
August 2, 2010
Monday, 6:00 p.m.
West Hill Annexation Election
• Hearing assistance devices for use in the Council Chambers are available upon request to the City Clerk •
CITY COUNCIL MEETINGS ARE TELEVISED LIVE ON GOVERNMENT ACCESS CHANNEL 21 AND ARE RECABLECAST:
Tues. & Thurs. at 11 AM & 9 PM, Wed. & Fri at 9 AM & 7 PM and Sat. & Sun. at 1 PM & 9 PM
Page 3 of 206
3a. ‐ National Night Out 2010 ‐ August 3, 2010
Page 4 of 206
3b. ‐ Budkis Day ‐ August 8, 2010
Page 5 of 206
CITY OF RENTON COUNCIL AGENDA BILL
Subject/Title:
Appointments to Library Advisory Board
Meeting:
Regular Council - 02 Aug 2010
Exhibits:
Applications for Boards/Commissions/Committees
Submitting Data: Dept/Div/Board:
Executive
Staff Contact:
Denis Law, Mayor
Recommended Action:
Refer to Community Services Committee
Fiscal Impact:
Expenditure Required: $ N/A Transfer Amendment: $N/A
Amount Budgeted: $ N/A Revenue Generated: $N/A
Total Project Budget: $ N/A City Share Total Project: $ N/A
SUMMARY OF ACTION:
Mayor Law appoints the following to the Library Advisory Board:
Catherine Ploue-Smith, 402 S. Tobin Street, Renton, WA 98057, for a term expiring September 1, 2011.
Suzi Ure, 1500 S. 18th Street, S-202, Renton, WA 98055, for a term expiring September 1, 2012.
Erica Richey, 2702 Jones Avenue NE, Renton, WA 98056, for a term expiring September 1, 2013.
Jason Oleston, 4751 Shattuck Place S, A-101, Renton WA 98055, for a term expiring September 1, 2014.
Laurie Beden, 1140 N. 27th Place, Renton, WA 98056, for a term expiring September 1, 2015.
STAFF RECOMMENDATION:
Confirm Mayor Law's appointments of Ms. Ploue-Smith, Ms. Ure, Ms. Richey, Mr. Oleston, and Ms.
Beden to the Library Advisory Board.
7b. ‐ Mayor Law appoints the following individuals to the Library
Advisory Board: Catherine Ploue‐Smith, for a term expiring 9/1/2011; Page 6 of 206
7b. ‐ Mayor Law appoints the following individuals to the Library
Advisory Board: Catherine Ploue‐Smith, for a term expiring 9/1/2011; Page 7 of 206
7b. ‐ Mayor Law appoints the following individuals to the Library
Advisory Board: Catherine Ploue‐Smith, for a term expiring 9/1/2011; Page 8 of 206
7b. ‐ Mayor Law appoints the following individuals to the Library
Advisory Board: Catherine Ploue‐Smith, for a term expiring 9/1/2011; Page 9 of 206
7b. ‐ Mayor Law appoints the following individuals to the Library
Advisory Board: Catherine Ploue‐Smith, for a term expiring 9/1/2011; Page 10 of 206
7b. ‐ Mayor Law appoints the following individuals to the Library
Advisory Board: Catherine Ploue‐Smith, for a term expiring 9/1/2011; Page 11 of 206
7b. ‐ Mayor Law appoints the following individuals to the Library
Advisory Board: Catherine Ploue‐Smith, for a term expiring 9/1/2011; Page 12 of 206
7b. ‐ Mayor Law appoints the following individuals to the Library
Advisory Board: Catherine Ploue‐Smith, for a term expiring 9/1/2011; Page 13 of 206
7b. ‐ Mayor Law appoints the following individuals to the Library
Advisory Board: Catherine Ploue‐Smith, for a term expiring 9/1/2011; Page 14 of 206
CITY OF RENTON COUNCIL AGENDA BILL
Subject/Title:
Bid opening July 20, 2010, for CAG-10-084, Union
Ave. NE / Duvall Ave. NE Storm System Repair
Project
Meeting:
Regular Council - 02 Aug 2010
Exhibits:
Staff Recommendation
Bid Tabulation Sheet (13 bids)
Submitting Data: Dept/Div/Board:
Executive
Staff Contact:
Bonnie Walton
Recommended Action:
Council concur
Fiscal Impact:
Expenditure Required: $ 71,978.05 Transfer Amendment: $
Amount Budgeted: $ Revenue Generated: $
Total Project Budget: $ City Share Total Project: $
SUMMARY OF ACTION:
Engineer's Estimate: $95,090.00
In accordance with Council procedure, bids submitted at the subject bid opening met the following three
criteria: There was more than one bid, the low bid was within project budget, and there were no
significant irregularities with the low bid. Therefore, staff recommends acceptance of the low bid
submitted by Hoffman Construction, Inc. in the amount of $71,978.05.
STAFF RECOMMENDATION:
Accept the low bid submitted by Hoffman Construction, Inc. and award the contract in the amount of
$71,978.05.
7c. ‐ City Clerk reports bid opening on 7/20/2010 for CAG‐10‐084, Union
Ave. NE/Duvall Ave. NE Storm System Repair project; 13 bids; engineer’s Page 15 of 206
PUBLIC WORKS DEPARTMENT City of w®ia©
MEMORANDUM
DATE-
TO:
FROM:
SUBJECT:
^^OF RENTON
*I 2 2 2010
/At
July 21, 2010
Bonnie Walton, City Clerk
Ron Straka, Surface Water Utility Engineering Supervisor, CiTY CLERK-SQFFI
x7248
Union Ave NE / Duvall Ave NE Storm System Repair Project,
SWP-27-3146, 3350
Construction Bid Award Recommendation
CE
The bid opening for the Union Ave NE / Duvall Ave NE Storm System Repair Project,
SWP-27-3146, 3350, was held on July 20, 2010, at 2:30 p.m. Thirteen (13) bids were
received. The engineer's estimate for the project construction cost was $95,090.00.
The apparent low bid for the project is $71,978.05 (including sales tax) from Hoffman
Construction, Inc. The Surface Water Utility reviewed the low bid for completeness,
inclusion of all required forms, bid bond, acknowledgments of addenda, and
mathematical correctness of the bid. All the paperwork for the low bid is in order.
Three bidders had minor math errors in their bids and were corrected as follows:
Bidder
PGH Excavating, Inc
R.L. Alia Company
B&B Utilities & Excavating
Original Amount
$88,787.15
$96,458.57
$117,016.00
Corrected Amount
$88,852.01
$96,430.97
$115,151.00
The low bid meets the following conditions for award:
1. The low bid must be within the total project budget;
2. There must be more than one bidder; and
3. The lowest, responsible, responsive bid contains no significant
irregularities.
There are sufficient funds in the approved 2010 Capital Improvements Program (CIP)
budget Small Drainage Project Program account (427.475015) to fund construction of
the Union Ave NE/Duvall Ave NE Storm System Repair Project.
The Surface Water Utility, therefore, recommends that this item be placed on the
August 2, 2010 consent agenda for Council concur. Staff further recommends that
7c. ‐ City Clerk reports bid opening on 7/20/2010 for CAG‐10‐084, Union
Ave. NE/Duvall Ave. NE Storm System Repair project; 13 bids; engineer’s Page 16 of 206
Ms Walton
Page 2 of 2
July 21, 2010
Council award the construction contract to the lowest responsive, responsible bidder,
Hoffman Construction, Inc., in the amount of $71,978.05.
Attached for your reference, is the bid tabulation showing the engineer's estimate, the
low bid, and the other bids submitted. We are returning the bid envelopes and the bid
documents from the other bidders to you for the City Clerk's files.
Please contact me or Daniel Carey at ext. 7293, if you have any questions.
Attachments
Gregg Zimmerman, Public Works Administrator
Lys Hornsby, Utility Systems Division Director
Daniel Carey, Surface Water Utility Civil Engineer
h:\file sys\swp - surface water projects\swp-27 - surface water projects (cip)\27-3350 union ave-duvall ave\1000-l
corrspd city\100721 clerk-bid-award-union-duvall.doc\DCtp
7c. ‐ City Clerk reports bid opening on 7/20/2010 for CAG‐10‐084, Union
Ave. NE/Duvall Ave. NE Storm System Repair project; 13 bids; engineer’s Page 17 of 206
Project:
Bid Date:
Item
No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
Union Ave NE / Duvall Ave NE Storm System Rep
July 20, 2010
Description SCHED. A - DUVALL AVE
Mobilization
Construction Surveying, Staking, and,
Traffic Control
Temp. Erosion and Sediment Control
Trench Excavation Safety Systems
Temporary Stormwater Bypass
Pothole Utility
Remove, Dispose of Day Care Sign, C
Relocate Daycare Sign and Mail Box
Protect, or Remove and Reinstall, Jun
36-Inch Dia. CPEP Storm Pipe
8-Inch Dl Dia. Storm Pipe
Catch Basin - Concrete Inlet
Core Drill for New 8-Inch Pipe
Connect New 36-inch Pipe to Existing
Import Trench Backfill
Quarry Spalls
Sawcutting
Grind or Remove Asphalt Pavement
Crushed Surfacing
Hot Mix Asphalt (HMA) Class 1/2"
Remove Concrete Curb, Gutter, Sidev
InstalLCement Concrete Curb and Gu
Install Cement Concrete Sidewalk
Install Cement Concrete Driveway Typ
Restoration, Sod, Gravel, Topsoil, Bes
Restoration
Minor Changes
- Continued -
Unit
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LF
LF
EA
EA
EA
Ton
Ton
LF
SY
Ton
Ton
SY
LF
SY
SY
LS
LS
LS
Est.
Quantity
1
1
1
1
1
1
1
1
1
1
69
15
1
1
2
54
15
280
250
50
30
4
82
35
26
1
1
1
»air Project
Engineers
Unit
Price
4,500.00
2,000.00
4,000.00
1,000.00
1,000.00
1,000.00
500.00
1,000.00
1,000.00
5,000.00
100.00
80.00
1,000.00
400.00
1,000.00
20.00
25.00
2.50
15.00 .
25.00
180.00
30.00
40.00
80.00
80.00
1,000.00
2,000.00
3,000.00
Sched. A
Estimate
Bid
Amount
4,500.00
2,000.00
4,000.00
1,000.00
1,000.00
1,000.00
500.00
1,000.00
1,000.00
5,000.00
6,900.00
1,200.00
1,000.00
400.00
2,000.00
1,080.00
375.00
700.00
3,750.00
1,250.00
5,400.00
120.00
3,280.00
2,800.00
2,080.00
1,000.00
2,000.00
3,000.00
59,335.00
vxmM ;^Hoffman^.^iii;S&
:;; Constructipr
•rftSjr^||ft|i;
t^;Rnce!-fl::-§'?;;
;||i4po.Sg;|;i|;|
lioobjoo;;!;!:!
;:T:;bpO;bo]ii;l;
;|:;:4pp;(p|||||
]i;56abp|l|||
illb^Dplllll
!!l3od:bo7if;fSl
lllQp.QbY|p:|i
ill25p;pS?|l|
:^lp50:00f r!§;|
!fK$5Mipif
;;|;H:|lil|i;l
ii'^iplpjlliii
";i:|44b;bgj|i|;;
|;[312.5Plii:if
||i:S9:bp-p;||
il|;32:35::/lfi::|
;i|ii::i£|:;vl
l!!?i3^p:^i;;':l
|§:;l&ppM|)A
vmMw'm^
|!::¥"36:25yli:;
|if0p31P
!!;;58.86;:§li!
llPpMliil?
||l635:P0;;|:;::;:;:;;
-;|5bS;bM||:i|l
^000:00 WXi
^\r\<yBMS:-
llBidliili
Amount
::!:3,400;pp|
:;;:i]bgibbt;
|l;pbp;bo|;
lipP.pbj:
Ii5pp:ob|
^i^pjba-;
:v::::3babb",
: |;;4pb:bQ:::
:;|||5p:bb;:
|i:|5p;pp:;;
:|f§|b:55|:
i:;;:|;8Sb;Spl
l:i|7bp!pp:5
s|;:44b:bp';
MMsM::
;;|j566:bo:;
IIIPP;.;
||i08;PP.J
||i75,p0^
^i;|p0.bpV
•;::5;;|l2M;:
||||5:poji:
H:27599:40;":i:
|^p6o.-i;o|i
|;2;P93;pbl
r";||35;bb|
[j;M(M§(§
3,000.00
39,013.80
Bid Tab Union-Duvall-v04 FINAL.XLS Page 1
7c. ‐ City Clerk reports bid opening on 7/20/2010 for CAG‐10‐084, Union
Ave. NE/Duvall Ave. NE Storm System Repair project; 13 bids; engineer’s Page 18 of 206
Project:
Bid Date
Item
No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
By:
Union Ave NE / Duvall Ave NE Storm System Repair Project
July 20, 2010
Unit
Description SCHED. A - DUVALL AVE
SCHEDULE B - UNION AVE
0
Mobilization
Construction Surveying, Stakeing, anc
Traffic Control
Temp. Erosion and Sediment Control
Trench Excavation Safety Systems
Temporary Stormwater Bypass
Pothole Utility
Remove, Restore Wood Sign and Fer
Remove, Restore Landscaping, Planti
Clearing
Remove Tree
24-Inch Dia. CPE Storm Pipe
Catch Basin, Type 2, 48-inch Type 2,!
Connect New 24-inch Pipe to Existing
Import Trench Backfill
Quarry Spalls
Sawcutting
Grind or Remove Asphalt Pavement
Crushed Surfacing
Hot Mix Asphalt (HMA) Class 1/2"
Remove Concrete Curb, Gutter, Sidev
Install Cement Concrete Curb and Gu
Install Cement Concrete Sidewalk
Install Cement Concrete Sidewalk Rat
Restoration
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LF
EA
EA
Ton
Ton
LF
SY
Ton
Ton
SY
LF
SY
SY
LS
Minor Changes LS
Sales Tax Rule 171 Applies (tax included in Bid
D^f dj J-2I-/0
Daniel Carey, Prc/ect Manager
Est.
Quantity
1
1
1
1
1
1
1
1
1
1
1
60
1
1
65
15
170
25
12
12
20
46
3
18
1
1
Items)
Engineers
Unit
Price
2,500.00
1,500.00
4,000.00
800.00
1,000.00
500.00
500.00
1,500.00
1,000.00
1,000.00
500.00
80.00
2,800.00
500.00
20.00
25.00
2.50
15.00
25.00
180.00
30.00
40.00
80.00
80.00
1,500.00
2,000.00
Sched. B
Sched. A
Total
Estimate
Bid
Amount
2,800.00
1,500.00
4,000.00
' 800.00
1,000.00
500.00
500.00
1,500.00
1,000.00
1,000.00
500.00
4,800.00
2,800.00
500.00
1,300.00
375.00
425.00
375.00
300.00
2,160.00
600.00
1,840.00
240.00
1,440.00
1,500.00
2,000.00
$35,755.00
$59,335.00
$95,090.00
r-S:;;^:: Hoffman; ^'Sl'^J^t-;:
^Construction, Incili;;
;»:;vPfjce:MS
£625;0b:;;;
" "885;00'M
M^emMjM
!;|;;:22b;pb|L;
||:|550.|b|::i
|l:4b0.ba-:S
3Mti.00:M:
:/:-;5Mm(:g
|::;|2p5]bl||
:ii!lpJ-Pb*|
%Kfbb;b0;f;:
| ;i;26;iSr;;;;
S:2,915;bb:;::;
lg3io:bp;::|;
'M;WmB
^25.6^§i
^MMMM
v;|:;|^2bl*
":pp9.20;\:::
yi^Rilp;-::;
w^MMB
is|;::i;32.6b;::;if
||p3;bol|::
•llllliPIl
;1:Jb25.bO:;;P;:
:j2,pbb.bo : K:
Sched. B
Sched. A
Total
i'^^Ambuhii'v:?-1;
!i|:2;6j5;bai;
;:!il:;:885;;boi
i:||||i66b;ppS;
::§Ill2200b|
i:J;l;p;;|55b;bbl
MBMW0Q:
WMM^-Q0^-
Ji^lllppM;
y|;||!pf;ppt
i:||:|;l:5ob:pb;;;
'!ip-;!bp!pbl
f|iil56D3pb|
;^:!;;|.915.P0::
S'ilsliplbb,:;
Wl^35;W}
:C:;y;p384.7;5i:
^0^Mm:dgi
|;::::;;:;"78b:pbV
:M\ 1350.40^
|fl;£62|:20|
i;;fll725;bS;;
;:Uii|:i99:60"
M:i:l!j:;|69ip0;;
;;i|;;y;|ip;3Q:;
;3||:l;,b25::p0;::.
||f^ppp.ppt
$32,964.25
$39,013.80
$71,978.05
Bid Tab Union-Duvall-v04 FINAL.XLS Page 2
7c. ‐ City Clerk reports bid opening on 7/20/2010 for CAG‐10‐084, Union
Ave. NE/Duvall Ave. NE Storm System Repair project; 13 bids; engineer’s Page 19 of 206
Project:
Bid Date
Item
No.
1
2
3
4
5
6
7
8
9
.10
11
12
13
14 •
15
16
17
18
19
20
21
2.2
23
24
25
26
27
28
Union Ave NE / Duvall Ave NE Storm System Rep
July 20, 2010
Description SCHED. A - DUVALL AVE
Mobilization
Construction Surveying, Staking, and ,
Traffic Control
Temp. Erosion and Sediment Control
Trench Excavation Safety Systems
Temporary Stormwater Bypass
Pothole Utility
Remove, Dispose of Day Care Sign, C
Relocate Daycare Sign and Mail Box
Protect, or Remove and Reinstall, Jun
36-lnch Dia. CPEP Storm Pipe
8-Inch Dl Dia. Storm Pipe
Catch Basin - Concrete Inlet
Core Drill for New 8-lnch Pipe
Connect New 36-inch Pipe to Existing
Import Trench Backfill
Quarry Spalls
Sawcutting
Grind or Remove Asphalt Pavement
Crushed Surfacing
Hot Mix Asphalt (HMA) Class 1/2"
Remove Concrete Curb, Gutter, Sidev
Install Cement Concrete Curb and Gu
Install Cement Concrete Sidewalk
Install Cement Concrete Driveway Typ
Restoration, Sod, Gravel, Topsoil, Bej
Restoration
Minor Changes
- Continued -
Unit
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LF
LF
EA -
EA
EA
Ton
Ton
LF
SY
Ton
Ton
SY
LF
SY
SY
LS
LS
LS
Est.
Quantity
1
1
1
1
1
1
1
1
1
1
69
15
1
1
2
54
15
280
250
50
30
4
82
35
26
1
1
1
) Northwest
Unit
Price
3,450.00
1,400.00
950.00
800.00
500.00
150.00
925.00
1,450.00
1,225.00
775.00
113.00
50.00
850.00
500.00
625.00
15.00
31.00,
1.50
5.00
15.00
155.OP
28.PP
28.5P
87.PP
94.PP
1,300.00
2,900.00
3,000.00
Cascade, Inc.
Bid
Amount
3,450.00
1,400.00
950.00
800.00
500.00
150.00
925.00
1,450.00
1,225.00
775.00
7,797.00
750.00
850.00
500.0P
1,25P.P0
810.00
465.00
420.00
1,250.00
750.00
4,650.00
112.00
2,337.00
3,045.00
2,444.00
1,300.00
2,900.00
3,000.00
46,255.00
Fury Construction, Inc.
Unit
Price
2,000.00
850.00
1,600.00
500.00
200.00
500.00
800.00
1,000.00
800.00
1,600.00
105.00
50.00
900.00
300.00
800.00
25.00
35.00 •
2.00
12.00
30.00
170.00
50.00
30.00
92.00
105.00
800.00
1,200.00
3,000.00
Bid
Amount
2,000.00
850.00
1,600.00
500.00
200.00
500.00
800.00
1,000.00
800.00
1,600.00
7,245.00
750.00
900.00
300.00
1,600.00
1,350.00
525.00
560.00
3,000.00
1,500.00
5,100.00
200.00
2,460.00
3,220.00
2,730.00
800.00
1,200.00
3,000.00
46,290.00
Bid Tab Union-Duvall-v04 FlNAL.XLS Page 3
7c. ‐ City Clerk reports bid opening on 7/20/2010 for CAG‐10‐084, Union
Ave. NE/Duvall Ave. NE Storm System Repair project; 13 bids; engineer’s Page 20 of 206
Project:
Bid Date:
Item
No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
By
Union Ave NE / Duvall Ave NE Storm System Rep
July 20, 2010
Description SCHED. A-DUVALL AVE
SCHEDULE B - UNION AVE
0
Mobilization
Construction Surveying, Stakeing, anc
Traffic Control
Temp. Erosion and Sediment Control
Trench Excavation Safety Systems
Temporary Stormwater Bypass
Pothole Utility
Remove, Restore Wood Sign and Fer
Remove, Restore Landscaping, Planti
Clearing
Remove Tree
24-Inch Dia. CPE Storm Pipe
Catch Basin, Type 2, 48-inch Type 2, •
Connect New 24-inch Pipe to Existing
Import Trench Backfill
Quarry Spalls
Sawcutting
Grind or Remove Asphalt Pavement
Crushed Surfacing
Hot Mix Asphalt (HMA) Class 1/2"
Remove Concrete Curb, Gutter, Sidev
Install Cement Concrete Curb and Gu
Install Cement Concrete Sidewalk
Install Cement Concrete Sidewalk Rar
Restoration
Unit
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LF
EA
EA
Ton
Ton
LF
SY
Ton
Ton
SY
LF
SY
SY
LS
Minor Changes LS
Sales Tax Rule 171 Applies (tax included in E
Daniel Carey, Project Manager
Est.
Quantity
1
1
1
1
1
1
1
1
1
1
1
60
1
1
65
15
170
25
12
12
20
46
3
18
1
1
3id Items)
Northwest Cascade, inc.
Unit
Price
2,825.00
1,400.00
2,100.00
225.00
500.00
150.00
500.00
2,750.00
725.00
625.00
625.00
75.00
3,250.00
600.00
15.00
31.00
1.50
11.00
15.00
175.00
27.00
28.50
155.00
155.00
625.00
2,000.00
Sched. B
Sched. A
Total
Bid
Amount
2,825.00
1,400.00
2,100.00
225.00
500.00
150.00
500.00
2,750.00
725.00
625.00
625.00
4,500.00
3,250.00
600.00
975.00
465.00
255.00
275.00
180.00
2,100.00
540.00
1,311.00
465.00
2,790.00
625.00
2,000.00
$32,756.00
$46,255.00
$79,011.00
Fury Construction, Inc.
Unit
Price
2,000.00
850.00
2,800.00
800.00
200.00
500.00
900.00
800.00
700.00
600.00
1,000.00
90.00
4,115.00
1,200.00
25.00
35.00
2.00
20.00
25.00
195.00
30.00
35.00
100.00
120.00
1,500.00
2,000.00
Sched. B
Sched. A
Total
• Bid
Amount
2,000.00
850.00
2,800.00
800.00
200.00
500.00
900.00
800.00
700.00
600.00
1,000.00
5,400.00
4,115.00
1,200.00
1,625.00
525.00
340.00
500.00
300.00
2,340.00
600.00
1,610.00
300.00
2,160.00
1,500.00
2,000.00
$35,665.00
$46,290.00
$81,955.00
Bid Tab Union-Duvali-v04 FINAL.XLS Page 4
7c. ‐ City Clerk reports bid opening on 7/20/2010 for CAG‐10‐084, Union
Ave. NE/Duvall Ave. NE Storm System Repair project; 13 bids; engineer’s Page 21 of 206
Project:
Bid Date
Item
No.
1
2
3
4
5
6
7.
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
Union Ave NE/ Duvall Ave NE Storm System Rep
July 20, 2010
Unit
Description SCHED. A - DUVALL AVE
Mobilization
Construction Surveying, Staking, and.
traffic Control
Temp. Erosion and Sediment Control
Trench Excavation Safety Systems
Temporary Stormwater Bypass
Pothole Utility
Remove, Dispose of Day Care Sign, C
Relocate Daycare Sign and Mail Box
Protect, or Remove and Reinstall, Jun
36-Inch Dia. CPEP Storm Pipe
8-Inch Dl Dia. Storm Pipe
Catch Basin - Concrete Inlet
Core Drill for New 8-Inch Pipe
Connect New 36-inch Pipe to Existing
Import Trench Backfill
Quarry Spalls
Sawcutting
Grind or Remove Asphalt Pavement
Crushed Surfacing
Hot Mix Asphalt (HMA) Class 1/2"
Remove Concrete Curb, Gutter, Sidev
Install Cement Concrete Curb and Gu
Install Cement Concrete Sidewalk
Install Cement Concrete Driveway Typ
Restoration, Sod, Gravel, Topsoil, Be?
Restoration
Minor Changes
- Continued -
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LF
LF
EA
EA
EA
Ton
Ton
LF.
SY
Ton
Ton
SY
LF
SY
SY
LS
LS
LS
Est.
Quantity
1
1
1
1
1
1
1
1
1
1
69
15
1
1
2
54
15
280
250
50
30
4
82
35
26
1
1
1
) Kamins Construction
Unit
Price
5,264.00
1,120.00
4,412.80
560.00
1,344.00
672.00
257.60
123.20
369.60
123.20
93.58
75.84
1,176.00
280.00
168.00
25.15
38.27
1.56
6.78
21.52
156.80
63.35 '
20.16
33.60
49.28
616.00
616.00
3,000.00
Bid
Amount
5,264.00
1,120.00
4,412.80
560.00
1,344.00
672.00
257.60
123.20
369.60
123.20
6,457.02
1,137.60
1,176.00
280.00
336.00
1,358.10
574.05
436.80
1,695.00
1,076.00
4,704.00
253.40
1,653.12
1,176.00
1,281.28
616.00 -
616.00
3,000.00
42,072.77 |
PGH Excavating, Inc.
Unit
Price
3,449.25
876.00
2,135.25
766.50
1,040.25
328.50
1,314.00
582.54
985.50
1,346.85
98.55
77.01
1,018.35
876.00
799.35
17.52
24.45
1.36
4.38
17.52
153.30
27.37
32.68
68.34
81.78
492.75
1,204.50
3,000.00
Bid
Amount
3,449.25
876.00
2,135.25
766.50
1,040.25
328.50
1,314.00 .
582.54'
985.50
1,346.85
6,799.95
1,155.15
1,018.35
876.00
1,598.70
946.08
366.75
380.80
1,095.00
876.00
4,599.00
109.48
2,679.76
2,391.90
2,126.28
492.75
1,204.50
3,000.00
44,541.09
Bid Tab Union-Duvall-v04 FINAL.XLS Page 5
7c. ‐ City Clerk reports bid opening on 7/20/2010 for CAG‐10‐084, Union
Ave. NE/Duvall Ave. NE Storm System Repair project; 13 bids; engineer’s Page 22 of 206
Project:
Bid Date:
Item
No.
1
2
3
4
5
6
7
8
9
10
11 •
12
13
14
15
16
. 17
18
19
20
21
22
23
24
25
26
By
Union Ave NE / Duvall Ave NE Storm System Rep
July 20, 2010
Description SCHED. A-DUVALL AVE
SCHEDULE B - UNION AVE
0
Mobilization
Construction Surveying, Stakeihg, anc
Traffic Control
Temp. Erosion and Sediment Control
Trench Excavation Safety Systems
Temporary Stormwater Bypass
Pothole Utility
Remove, Restore Wood Sign and Fer
Remove, Restore Landscaping, Planti
Clearing
Remove Tree
24-Inch Dia. CPE Storm Pipe
Catch Basin, Type 2, 48-inch Type 2,'
Connect New 24-inch Pipe to Existing
Import Trench Backfill
Quarry Spalls
Sawcutting
Grind or Remove Asphalt Pavement
Crushed Surfacing
Hot Mix Asphalt (HMA) Class 1/2"
Remove Concrete Curb, Gutter, Sidev
Install Cement Concrete Curb and Gu
Install Cement Concrete Sidewalk
Install Cement Concrete Sidewalk Rar
Restoration
Minor Changes
Unit
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LF
EA
EA
Ton
Ton
LF
SY
Ton
Ton
SY
LF
SY
SY
LS
LS
Sales Tax Rule 171 Applies (tax included in Bid
Daniel Carey, project Manager
Est.
Quantity
1
1
1
1
1
1
1
1
1
1
1
60
1
1
65
15
170
25
12
12
20
46
3
18
1
1
Items)
Kamins Construction
Unit
Price
5,376.00
1,120.00
4,412.80
560.00
784.00
560.00
268.80
369.60
985.60
4,480.00
1,344.00
92.57
2,716.00
291.20
25.72
33.41
1.48
16.62
35.52
196.00
17.42
26.88
112.00
67.20
2,240.00
2,000.00
Sched. B
Sched. A
Total
Bid
Amount
5,376.00
1,120.00
4,412.80
560.00
784.00
560.00
268.80
369.60
985.60
4,480.00
1,344.00
5,554.20
2,716.00
291.20
1,671.80
501.15
251.60
415.50
426.24
2,352.00
348.40
1,236.48
336.00
1,209.60
2,240.00
2,000.00
$41,810.97
$42,072.77
$83,883.74
PGH Excavating, Inc.
Unit
Price
1,752.00
766.50
3,504.00
930.75
1,314.00
711.75
1,447.59
1,850.55
1,338.09
1,533.00
1,346.85
82.12
5,256.00
821.25
15.33
24.09
3.28
19.71
17.52
191.62
64.60
35.93
219.00
. 215.71
2,409.00
2,000.00 •
Sched. B
Sched. A
Total
Bid
Amount
1,752.00
766.50
3,504.00
930.75
1,314.00
711.75
1,447.59
1,850.55
1,338.09
1,533.00
1,346.85
4,927.20
5,256.00
821.25
996.45
361.35
.557.60
492.75
210.24
2,299.44
1,292.00
1,652.78
657.00
3,882.78
2,409.00
2,000.00
$44,310.92
$44,541.09
$88,852.01
Bid Tab Uniort-Duvail-v04 FINAL.XLS Page 6
7c. ‐ City Clerk reports bid opening on 7/20/2010 for CAG‐10‐084, Union
Ave. NE/Duvall Ave. NE Storm System Repair project; 13 bids; engineer’s Page 23 of 206
Project:
Bid Date.
Item
No.
1
2
3
4
5
6
7
8
9 -
10
• 11
12
13
14
15
16
17
18
19
20
21
22
23
- 24
25
26
27
28
Union Ave NE / Duvall Ave NE Storm System Rep
July 20, 2010
Description SCHED. A - DUVALL AVE
Mobilization
Construction Surveying, Staking, and.
Traffic Control
Temp. Erosion and Sediment Control
Trench Excavation Safety Systems
Temporary Stormwater Bypass
Pothole Utility
Remove, Dispose of Day Care Sign, C
Relocate Daycare Sign and Mail Box
Protect, or Remove and Reinstall, Jun
36-Inch Dia. CPEP Storm Pipe
8-Inch Dl Dia. Storm Pipe
Catch Basin - Concrete Inlet
Core Drill for New 8-Inch Pipe
Connect New 36-inch Pipe to Existing
Import Trench Backfill
Quarry Spalls
Sawcutting
Grind or Remove Asphalt Pavement
Crushed Surfacing
Hot Mix Asphalt (HMA) Class 1/2"
Remove Concrete Curb, Gutter, Sidev
Install Cement Concrete Curb and Gu
Install Cement Concrete Sidewalk
Install Cement Concrete Driveway Typ
Restoration, Sod, Gravel, Topsoil, Bej
Restoration
Minor Changes
- Continued -
Unit
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LF
LF
EA
EA
EA
Ton
Ton
LF
SY
Ton
Ton
SY
LF
SY
SY
LS
LS
LS
Est.
Quantity
69
15
2
54
15
280
250
50
30
4
82
35
26
1
1
1
BDZ Construction
Unit
Price
4,000.00
1,000.00
.1,000.00
1,000.00
500.00
500.00
700.00
500.00
2,500.00
500.00
150.00
95.00
950.00
450.00
750.00
24.00
55.00
4.00
15.00
24.00
150.00
90.00
26.00
38.00
53.00 .
500.00
1,500.00
3,000.00
Bid
Amount
4,000.00
1,000.00
1,000.00
1,000.00
500.00
500.00
700.00
500.00
2,500.00
500.00
10,350.00
1,425.00
950.00
450.00
1,500.00
1,296.00
825.00
1,120.00
3,750.00
1,200.00
4,500.00
360.00
2,132.00
1,330.00
1,378.00
500.00
1,500.00
3,000.00
49,766.00
Slead LLC
Unit
Price
6,158.25
1,021.03
11,084.85
1,482.12
500.00
716.22
1,000.00
2,012.04
400.55
500.00
87.08
45.28
' 765.38
362.25
211.14
13.32
16.44
3.00
15.79
25.68
144.90
88.49
18.63
31.05
45.54
1,500.00
1,500.00
3,000.00
Bid
Amount
6,158.25
1,021.03
11,084.85
1,482.12
500.00
716.22
1,000.00
2,012.04
400.55
500.00
6,008.52
679.20
765.38
362.25
422.28
719.28
246.60
840.00
3,947.50
1,284.00
4,347.00
353.96
1,527.66
1,086.75
1,184.04
1,500.00
1,500.00
3,000.00
54,649.48
Bid Tab Union-Duvall-v04 FINAL.XLS Page 7
7c. ‐ City Clerk reports bid opening on 7/20/2010 for CAG‐10‐084, Union
Ave. NE/Duvall Ave. NE Storm System Repair project; 13 bids; engineer’s Page 24 of 206
Project:
Bid Date:
Item
No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
By
Union Ave NE / Duvall Ave NE Storm System Rep
July 20, 2010
Description SCHED. A - DUVALL AVE
SCHEDULE B - UNION AVE
0
Mobilization
Construction Surveying, Stakeing, anc
Traffic Control
Temp. Erosion and Sediment Control
Trench Excavation Safety Systems
Temporary Stormwater Bypass
Pothole Utility
Remove, Restore Wood Sign and Fer
Remove, Restore Landscaping, Planti
Clearing
Remove Tree
24-Inch Dia. CPE Storm Pipe
Catch Basin, Type 2, 48-inch Type 2,'
Connect New 24-inch Pipe to Existing
Import Trench Backfill
Quarry Spalls
Sawcutting
Grind or Remove Asphalt Pavement
Crushed Surfacing
Hot Mix Asphalt (HMA) Class 1/2"
Remove Concrete Curb, Gutter, Sidev
Install Cement Concrete Curb and Gu
Install Cement Concrete Sidewalk
Install Cement Concrete Sidewalk Rat
Restoration
Minor Changes
Unit
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LF
EA
EA
Ton
Ton
LF
SY
Ton
Ton
SY
LF
SY
SY
LS
LS
Sales Tax Rule 171 Applies (tax included in E
Daniel Carey, Project Manager
Est.
Quantity
1
1
1
1
1
1
1
1
1
1
: 1
60
1
1
65
15
170
25
12
12
20
46
3
18
1
1
3rd Items)
BDZ Construction
Unit
Price
3,000.00
700.00
3,000.00
250.00
500.00
500.00
600.00
1,500.00
2,500.00
1,000.00
500.00
95.00
4,500.00
' 750.00
24.00
55.00
3.00
15.00
24.00
185.00
90.00
27.00
40.00
175.00
1,000.00
2,000.00
Sched. B
Sched. A
Total
Bid
Amount
3,000.00
700.00
3,000.00
250.00
500.00
500.00
600.00
1,500.00
2,500.00
1,000.00
500.00
5,700.00
4,500.00
750.00
1,560.00
825.00
510.00
375.00
288.00
2,220.00
1,800.00
1,242.00
120.00
3,150.00
1,000.00
2,000.00
$40,090.00
$49,766.00
$89,856.00
Slead LLC
Unit
Price
4,491.90
1,021.03
3,995.10
1,097.10
' 500.00
716.22
238,05
575.46
1,500.00
600.00
207.00
87.49
3,208.08
326.03
13.55
33.62
3.00
28.48
28.90
181.13
51.91
24.84
103.50
62.10
1,800.00
2,000.00
Sched. B
Sched. A
Total
Bid
Amount
4,491.90
1,021.03
' 3,995.10
1,097.10
500.00
716.22
238.05
575.46
1,500.00
600.00
207.00
5,249.40
3,208.08
326.03
880.75
504.30
510.00
712.00
346.80
2,173.56
1,038.20
1,142.64
310.50
1,117.80
1,800.00
2,000.00
$36,261.92
$54,649.48
$90,911.40
Bid Tab Union-Duvall-v04 FINAL.XLS Page 8
7c. ‐ City Clerk reports bid opening on 7/20/2010 for CAG‐10‐084, Union
Ave. NE/Duvall Ave. NE Storm System Repair project; 13 bids; engineer’s Page 25 of 206
Project:
Bid Date:
Item
No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
Union Ave NE / Duvall Ave NE Storm System Rep
July 20, 2010
Description SCHED. A - DUVALL AVE
Mobilization
Construction Surveying, Staking, and.
Traffic Control
Temp. Erosion and Sediment Control
Trench Excavation Safety Systems
Temporary Stormwater Bypass
Pothole Utility
Remove, Dispose of Day Care Sign, C
Relocate Daycare Sign and Mail Box
Protect, or Remove and Reinstall, Jun
36-Inch Dia. CPEP Storm Pipe
8-Inch Dl Dia. Storm Pipe
Catch Basin - Concrete Inlet
Core Drill for New 8-Inch Pipe
Connect New 36-inch Pipe to Existing
Import Trench Backfill
Quarry Spalls
Sawcutting
Grind or Remove Asphalt Pavement
Crushed Surfacing
Hot Mix Asphalt (HMA) Class 1/2"
Remove Concrete Curb, Gutter, Sidev
Install Cement Concrete Curb and Gu
Install Cement Concrete Sidewalk
Install Cement Concrete Driveway Typ
Restoration, Sod, Gravel, Topsoil, Bej
Restoration
Minor Changes
- Continued -
Unit
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LF
LF
EA
EA
EA
Ton
Ton
LF
SY
Ton
Ton
SY
LF
SY
SY
LS
LS
LS
Est.
Quantity
1
1
1
1
.1
1
1
1
1
1
69
15
1
1
2
54
15
280
250
50
30
4
82
35
26
1
1.
1
R.L. Alia
Unit
Price
4,300.00
10.00
4,000.00
200.00
10.00
250.00
2,000.00
2,000.00
2,000.00
500.00
79.23
135.00
500.00
500.00
5,000.00
10.00
10.00
3.50
3.75
20.00
140.00
25.00
24.39
42.86
57.69
1,000.00
4,000.00
3,000.00
Company
Bid
Amount
4,300.00
10.00
4,000.00
200.00
10.00
250.00
2,000.00
2,000.00
2,000.00
500.00
5,466.87
2,025.00
500.00
500.00
10,000,00
540.00
150.00
980.00
937.50
1,000.00
4,200.00
100.00
1,999.98
1,500.10
1,499.94
1,000.00
4,000.00
3,000.00
54,669.39
R.J. Lampers
Construction Co
Unit
Price
700.00
1,500.00
900.00
200.00
700.00
1,500.00
600.00
500.00
500.00
100.00
261.00
80.00
750.00
350.00
300.00
13.00
17.00
3.00
12.00
35.00
180.00
30.00
28.00
45.00
64.00
700.00
700.00
3,000.00
, Inc.
Bid
Amount
700.00
1,500.00
900.00
200.00
700.00
1,500.00
600.00
500.00
500.00
100.00
18,009.00
1,200.00
750.00
350.00
600.00
702.00
255.00
840.00
3,000.00
1,750.00
5,400.00
120.00
2,296.00
1,575.00
1,664.00
700.00
700.00
3,000.00
50,111.00
Bid Tab Union-Duvall-v04 FINAL.XLS Page 9
7c. ‐ City Clerk reports bid opening on 7/20/2010 for CAG‐10‐084, Union
Ave. NE/Duvall Ave. NE Storm System Repair project; 13 bids; engineer’s Page 26 of 206
Project:
Bid Date:
Item
No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
By
Union Ave NE / Duvall Ave NE Storm System Rep
July 20, 2010
Description SCHED. A - DUVALL AVE
SCHEDULE B - UNION AVE
0
Mobilization
Construction Surveying, Stakeing, anc
Traffic Control
Temp. Erosion and Sediment Control
Trench Excavation Safety Systems
Temporary Stormwater Bypass
Pothole Utility
Remove, Restore Wood Sign and Fer
Remove, Restore Landscaping, Planti
Clearing
Remove Tree
24-Inch Dia. CPE Storm Pipe
Catch Basin, Type 2, 48-inch Type 2, <
Connect New 24-inch Pipe to Existing
Import Trench Backfill
Quarry Spalls
Sawcutting
Grind or Remove Asphalt Pavement
Crushed Surfacing
Hot Mix Asphalt (HMA) Class 1/2"
Remove Concrete Curb, Gutter, Sidev
Install Cement Concrete Curb and Gu
Install Cement Concrete Sidewalk
Install Cement Concrete Sidewalk Rar
Restoration
Minor Changes
Unit
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LF
EA
EA
Ton
Ton
LF
SY
Ton
Ton
SY
LF
SY
SY
LS
LS
Est.
Quantity
1
1
1
1
1
1
1
1
1
1
1 .
60
1
1
65
15
170
25
12
12
20
46
3
18
1
1
Sales Tax Rule 171. Applies (tax included in Bid Items)
Daniel Carey, Project Manager
) R.L. Alia
Unit
Price
4,300.00
10.00
2,500.00
500.00
10.00
250.00
2,000.00 ,
2,000.00
2,000.00
1,500.00
500.00
91.66
2,000.00
4,000.00
10.00
15.00
3.53
80.00
20.00
175.00
75.00
32.00
35.00
166.66
800.00
2,000.00
Sched. B
Sched. A
Total
Company
Bid
Amount
4,300.00
10.00
2,500.00
500.00
10.00
250.00
2,000.00
2,000.00
2,000.00
1,500.00
500.00
5,499.60
2,000.00
4,000.00
650.00
225.00
600.10
2,000.00
240.00
2,100.00
1,500.00
1,472.00
105.00
2,999.88
800.00
2,000.00
$41,761.58
$54,669.39
$96,430.97
R.J. Lampers
Construction Co., Inc.
Unit
Price
200.00
200.00
2,500.00
150.00
700.00
3,500.00
700.00
700.00
800.00
1,000.00
300.00
245.00
5,150.00
350.00
15.00
100.00
4.00
20.00
60.00
230.00
30.00
35.00
50.00
185.00
1,000.00
2,000.00
Sched. B
Sched. A
Total
Bid
Amount
200.00
200.00
2,500.00
150.00
700.00
3,500.00
700.00
700.00
800.00
1,000.00
300.00
14,700.00
5,150.00
350.00
975.00
1,500.00
68.0.00
500.00
720.00
2,760.00
600.00
1,610.00
150.00
3,330.00
1,000.00
2,000.00
$46,775.00
$50,111.00
$96,886.00
Bid Tab Union-Duvall-v04 FINAL.XLS Page 10
7c. ‐ City Clerk reports bid opening on 7/20/2010 for CAG‐10‐084, Union
Ave. NE/Duvall Ave. NE Storm System Repair project; 13 bids; engineer’s Page 27 of 206
Project:
Bid Date
Item
No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
Union Ave NE / Duvall Ave NE Storm System Rep
July 20, 2010
Description SCHED. A - DUVALL AVE
Mobilization
Construction Surveying, Staking, and,
Traffic Control
Temp. Erosion and Sediment Control
Trench Excavation Safety Systems
Temporary Stormwater Bypass
Pothole Utility
Remove, Dispose of Day Care Sign, C
Relocate Daycare Sign and Mail Box
Protect, or Remove and Reinstall, Jun
36-Inch Dia. CPEP Storm Pipe
8-Inch Dl Dia. Storm Pipe
Catch Basin - Concrete Inlet
Core Drill for New 8-Inch Pipe
Connect New 36-inch Pipe to Existing
Import Trench Backfill
Quarry Spalls
Sawcutting
Grind or Remove Asphalt Pavement
Crushed Surfacing
Hot Mix Asphalt (HMA) Class 1/2"
Remove Concrete Curb, Gutter, Sidev
Install Cement Concrete Curb and Gu
Install Cement Concrete Sidewalk
Install Cement Concrete Driveway Typ
Restoration, Sod, Gravel, Topsoil, Bes
Restoration
Minor Changes
- Continued -
Unit
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LF
LF
EA
EA
EA
Ton
Ton
LF
SY
Ton
Ton
SY
LF
SY
SY
LS
LS
LS
Est.
Quantity
1
1
1
1
1
1
1
1
1
1
69
15
1
1
2
54
15
280
250
50
30
4
82
35
26
1
1
1
i P.l. Resources
Unit
Price
4,992.02
761.57
1,136.50
585.83
1,405.98
878.74
1,359.11
877.26
1,050.17
980.12
246.17
68.88
905.21
410.08
831.87
29.22
49.92
2.64
2.39
17.57
164.03
81.66
20.06
64.89
112.99
351.50
747.70
3,000.00
Bid
Amount
4,992.02
761.57
1,136.50
585.83
1,405.98
878.74
1,359.11
877.26
1,050.17
980.12
16,985.73
1,033.20
905.21
410.08
1,663.74
1,577.88
748.80
739.20
597.50
878.50
4,920.90
326.64
1,644.92
2,271.15
2,937.74
351.50
747.70
3,000,00
55,767.69
Westwater
Construction Co.
Unit
Price
4,000.00
1,000.00
5,500.00
1,500.00
500.00
500.00
400.00
1,000.00
1,000.00
500.00
145.00
130.00
325.00
300.00
80.00
15.00
18.00
5.00
15.00
15.00
225.00
200.00
40.00
80.00
170.00
1,050.00
1,600.00
3,000.00
Bid
Amount
4,000.00
1,000.00
5,500.00
1,500.00
500.00
500.00
400.00
1,000.00
1,000.00
500.00
10,005.00
1,950.00
325.00
300.00
160.00
810.00
270.00
1,400.00
3,750.00
750.00
6,750.00
800.00
3,280.00
2,800.00
4,420.00
1,050.00
1,600.00
3,000.00
59,320.00
Bid Tab Union-Duvall-v04 FINAL.XLS Page 11
7c. ‐ City Clerk reports bid opening on 7/20/2010 for CAG‐10‐084, Union
Ave. NE/Duvall Ave. NE Storm System Repair project; 13 bids; engineer’s Page 28 of 206
Project:
Bid Date:
Item
No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
By
Union Ave NE / Duvall Ave NE Storm System Rep
July 20, 2010
Unit
Description SCHED. A - DUVALL AVE
SCHEDULE B - UNION AVE
0
Mobilization
Construction Surveying, Stakeing, anc
Traffic Control
Temp. Erosion and Sediment Control
Trench Excavation Safety Systems
Temporary Stormwater Bypass
Pothole Utility
Remove, Restore Wood Sign and Fer
Remove, Restore Landscaping, Planti
Clearing
Remove Tree
24-Inch Dia. CPE Storm Pipe
Catch Basin, Type 2, 48-inch Type 2,'
Connect New 24-inch Pipe to Existing
Import Trench Backfill
Quarry Spalls
Sawcutting
Grind or Remove Asphalt Pavement
Crushed Surfacing
Hot Mix Asphalt (HMA) Class 1/2"
Remove Concrete Curb, Gutter, Sidev
Install Cement Concrete Curb and Gu
Install Cement Concrete Sidewalk
Install Cement Concrete Sidewalk Rar
Restoration
Minor Changes
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LF
EA
EA
Ton
Ton
LF
SY
Ton
Ton
SY
LF
SY
SY
LS
LS
Sales Tax Rule 171 Applies (tax included in Bid
V—f U^J i-ZI-10
Daniel Carey, Project Manager
Est.
Quantity
1
1
1
1
1
1
1
1
1
1
1
60
1
1
65
15
170
25
12
12
20
46
3
18
1
1
Items)
) P.I. Resources
Unit
Price
2,519.05
695.50
2,420.50
585.83
1,757.48
878.74
1,359.11
1,270.33
699.21
670.60
878.74
' 247.54
2,696.75
1,107.42
27.25
38.69
2.64
46.87
26.13
205.04
24.83
23.14
157.59
104.43
466.50
2,000.00
Sched. B
Sched. A
Total
Bid
Amount
2,519.05
695.50
2,420.50
585.83
1,757.48
878:74
1,359.11
1,270.33
699.21
670.60
878.74
14,852.40
2,696.75
1,107.42
1,771.25
580.35
448.80
1,171.75
313.56
2,460.48
496.60
1,064.44
472.77
1,879.74
466.50
2,000.00
$45,517.90
$55,767.69
$101,285.59
Westwater
Construction Co.
Unit
Price
4,000.00
500.00
4,500.00
1,500.00
1,000.00
500.00
800.00
5,000.00
850.00
1,800.00
800.00
130.00
855.00 .
100.00
15.00
18.00
6.00
30.00
15.00
250.00
90.00
35.00
40.00
145.00
1,600.00
2,000.00
Sched. B -
Sched. A
Total
Bid
Amount
4,000.00
500.00
4,500.00
1,500.00
1,000.00
500.00
800.00
5,000.00
850.00
1,800.00
800.00
7,800.00
855.00
100.00
975.00
270.00
1,020,00
750.00
180.00
3,000.00
1,800.00
1,610.00
120.00
2,610.00
1,600.00
2,000.00
$45,940.00
$59,320.00
$105,260.00
Bid Tab Union-Duvall-v04 FINAL.XLS Page 12
7c. ‐ City Clerk reports bid opening on 7/20/2010 for CAG‐10‐084, Union
Ave. NE/Duvall Ave. NE Storm System Repair project; 13 bids; engineer’s Page 29 of 206
Project:
Bid Date
Item
No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
Union Ave NE / Duvall Ave NE Storm System Rep
July 20, 2010
Description SCHED. A - DUVALL AVE
Mobilization
Construction Surveying, Staking, and ,
Traffic Control
Temp. Erosion and Sediment Control
Trench Excavation Safety Systems
Temporary Stormwater Bypass
Pothole Utility
Remove, Dispose of Day Care Sign, C
Relocate Daycare Sign and Mail Box
Protect, or Remove and Reinstall, Jun
36-Inch Dia. CPEP Storm Pipe
8-Inch Dl Dia. Storm Pipe
Catch Basin - Concrete Inlet
Core Drill for New 8-Inch Pipe
Connect New 36-inch Pipe to Existing
Import Trench Backfill
Quarry Spalls
Sawcutting
Grind or Remove Asphalt Pavement
Crushed Surfacing
Hot Mix Asphalt (HMA) Class 1/2"
Remove Concrete Curb, Gutter, Sidev
Install Cement Concrete Curb and Gu
Install Cement Concrete Sidewalk
Install Cement Concrete Driveway Typ
Restoration, Sod, Gravel, Topsoil, Bes
Restoration
Minor Changes
- Continued -
Unit
LS
LS
LS
LS
. LS
LS
LS
LS
LS
LS
LF
LF
EA
EA
EA
Ton
Ton
LF
SY
Ton
Ton
SY
LF
SY
SY
LS
LS
LS
Est.
Quantity
1
1
1
1
1
1
1
1
1
1
69
15
1
1
2
54
15
280
250
50
30
4
82
35
26
1
1
1
i Sierra Pacific
Construction,
Unit
Price
6,000.00
850.00
2,500.00
750.00
1,500.00
1,750.00
1,000.00
250.00
500.00
500.00
245.00
90.00
1,400.00
250.00
1,100.00
40.00
60.00
2.75
3.50
85.00
175.00
8.00
27.00
44.00
61.00
1,500.00
1,000.00
3,000.00
LLC
Bid
Amount
' 6,000.00
850.00
2,500.00
750.00
1,500.00
1,750.00
1,000.00
250.00
500.00
500.00
16,905.00
1,350.00
1,400.00
250.00
2,200.00
2,160.00
900.00
770.00
875.00
4,250.00
5,250.00
32.00
2,214.00
1,540.00
1,586.00
1,500.00
1,000.00
3,000.00
62,782.00
B&B Utilities
& Excavating,
Unit
Price
5,500.00
1,300.00
5,000.00
200.00
2,060.00
200.00
500.00
200.00
1,500.00
500.00
160.00
100.00
1,000.00
200.00
2,000.00
7.00
15.00
1.00
2.00
12.50
150.00
25.00
35.00
60.00
100.00
200.00
3,000.00
3,000.00
LLC
Bid
Amount
5,500.00
1,300.00
5,000.00
200.00
2,060.00
200.00
500.00
200.00
1,500.00
500.00
11,040.00
1,500.00
1,000.00
200.00
4,000.00
378.00
225.00
280.00
500.00
625.00
4,500.00
100.00 .
2,870.00
2,100.00
2,600.00
200.00
3,000.00
3,000.00
55,078.00 |
Bid Tab Union-Duvall-v04 FINAL.XLS Page 13
7c. ‐ City Clerk reports bid opening on 7/20/2010 for CAG‐10‐084, Union
Ave. NE/Duvall Ave. NE Storm System Repair project; 13 bids; engineer’s Page 30 of 206
Project:
Bid Date:
Item
No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
By
Union Ave NE / Duvall Ave NE Storm System Rep
July 20, 2010
Description SCHED. A - DUVALL AVE
SCHEDULE B - UNION AVE
0
Mobilization
Construction Surveying, Stakeing, anc
Traffic Control
Temp. Erosion and Sediment Control
Trench Excavation Safety Systems
Temporary Stormwater Bypass
Pothole Utility
Remove, Restore Wood Sign and Fer
Remove, Restore Landscaping, Planti
Clearing
Remove Tree
24-Inch Dia. CPE Storm Pipe
Catch Basin, Type 2, 48-inch Type 2, •
Connect New 24-inch Pipe to Existing
Import Trench Backfill
Quarry Spalls
Sawcutting
Grind or Remove Asphalt Pavement
Crushed Surfacing
Hot Mix Asphalt (HMA) Class 1/2"
Remove Concrete Curb, Gutter, Sidev
Install Cement Concrete Curb and Gu
Install Cement Concrete Sidewalk
Install Cement Concrete Sidewalk Rar
Restoration
Minor Changes
Unit
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LF
EA
EA
Ton
Ton
LF
SY
Ton
Ton
SY
LF
SY
SY
LS
LS
Sales Tax Rule 171 Applies (tax included in Bid
5>«J QJl 1-U-IO
Daniel Carey, Project Manager
Est.
Quantity
1
1
1
1
1
1
1
1
1
1
1
60
1
1
65
15
170
25
12
12
20
46
3
18
1
1
Items)
> Sierra Pacific
Construction
Unit
Price
6,000.00
850.00
5,250.00
750.00
1,500.00
1,800.00
1,400.00
650.00
950.00
550.00
1,500.00
205.00
3,350.00
2,750.00
40.00
60.00
2.25
3.75
95.00
215.00
8.00
28.00
60.00
60.00
948.75
2,000.00
Sched. B
Sched. A
Total
LLC
Bid
Amount
6,000.00
850.00
5,250.00
750.00
1,500.00
1,800.00
1,400.00
650.00
950.00
550.00
1,500.00
12,300.00
3,350.00
2,750.00
2,600.00
900.00
382.50
93.75
1,140.00
2,580.00
160.00
1,288.00
180.00
1,080.00
948.75
2,000.00
$52,953.00
$62,782.00
$115,735.00
B&B Utilities
& Excavating
Unit
Price
6,000.00
180.00
8,000.00
180.00
3,000.00
200.00
500.00
1,500.00
1,500.00
2,500.00
500.00
190.00
7,000.00
5,000.00
7.00
18.00
1.00
2.00
12.50
180.00
25.00
35.00
250.00
111.00
2,500.00
2,000.00
Sched. B
Sched. A
Total
LLC
Bid
Amount
6,000.00
180.00
8,000.00
180.00
3,000.00
200.00
500.00
1,500.00
1,500.00
2,500.00
500.00
11,400.00
7,000.00
5,000.00
455.00
270.00
170.00
50.00
150.00
2,160.00
500.00
1,610.00
750.00
1,998.00
2,500.00
2,000.00
$60,073.00
, $55,078.00
$115,151.00
Bid Tab Union-Duvall-v04 FINAL.XLS Page 14
7c. ‐ City Clerk reports bid opening on 7/20/2010 for CAG‐10‐084, Union
Ave. NE/Duvall Ave. NE Storm System Repair project; 13 bids; engineer’s Page 31 of 206
CITY OF RENTON
BID TABULATION SHEET
PROJECT: Union Ave NE / Duvall Ave NE Storm System Repair Project
CAG-10-084
DATE: July 20, 2010
Page 1 of 2
BIDDER
FORMS
Proposal
& Triple
Form
Bid
Bond
Addenda
#1
Sched of
Prices
BID
**lncludes Sales Tax
B&B Utilities & Excavating, LLC
23431 45th Ave. SE
Bothell, WA 98021
Jeff Brown
BDZ Construction
3207 Pacific Ave.
Everett, WA 98201
Jim Henricks
Fury Construction
P.O. Box 1198
North Bend, WA 98045
Denis Fury
Hoffman Construction, Inc.
P.O. Box 845
Enumclaw, WA 98022
Randy Hoffman
Kamins Construction
19315 Ross Road
Bothell, WA 98011
Chad Kamins
Northwest Cascade, Inc.
P.O. Box 73399
Puyallup, WA 98372
Douglas J. Watt
PGH Excavating, Inc.
P.O. Box 1151
Enumclaw, WA 98022
Carey Thornhill
P.I. Resources
2008 238th STt. SE
Bothell, WA 98021
Brad Coury
R.L. Alia Company
107 Williams Ave. S.
Renton, WA 98057
Richard L Alia
$117,016.00
$115,151.00
$89,856.00
$81,955.00
$71,978.05
$83,883.74
$79,011.00
$88,787.15
$88,852.01
$101,285.59
$96,458.57
$96,430.97
7c. ‐ City Clerk reports bid opening on 7/20/2010 for CAG‐10‐084, Union
Ave. NE/Duvall Ave. NE Storm System Repair project; 13 bids; engineer’s Page 32 of 206
CITY OF RENTON
BID TABULATION SHEET
PROJECT: Union Ave NE / Duvall Ave NE Storm System Repair Project
CAG-10-084
DATE: July 20, 2010
Page 2 of 2
BIDDER
FORMS
Proposal
& Triple
Form
Bid
Bond
Addenda
#1
Sched of
Prices
BID
**lncludes Sales Tax
R.J. Lampers Construction Co., Inc.
14532 180th PI. SE
Snohomish, WA 98290
Bette Anne Lampers
Sierra Pacific Construction, LLC
P.O. Box 620
Maple Valley, WA 98038
Brian Smith
Slead, LLC
9021 Waller Rd. E.
Tacoma, WA 98446
Lester Slead
Westwater Construction Company
31833 Kent Black Diamond Rd.
Auburn, WA 98092
Thomas J. Caplis
ENGINEER'S ESTIMATE
LEGEND:
Forms: Triple Form: Non-Collusion Affidavit, Anti-Trust Claims, Minimum Wage
$96,886.00
$115,735.00
$90,911.40
$105,260.00
$95,090.00
7c. ‐ City Clerk reports bid opening on 7/20/2010 for CAG‐10‐084, Union
Ave. NE/Duvall Ave. NE Storm System Repair project; 13 bids; engineer’s Page 33 of 206
CITY OF RENTON COUNCIL AGENDA BILL
Subject/Title:
Bid opening July 27, 2010, for CAG-10-086,
Madsen Creek Sediment Basin Cleaning Project -
2010
Meeting:
Regular Council - 02 Aug 2010
Exhibits:
Staff Recommendation
Bid Tabulation Sheet (11 bids)
Submitting Data: Dept/Div/Board:
Executive
Staff Contact:
Bonnie Walton, City Clerk
Recommended Action:
Council concur
Fiscal Impact:
Expenditure Required: $ 31,207.50 Transfer Amendment: $
Amount Budgeted: $ Revenue Generated: $
Total Project Budget: $ City Share Total Project: $
SUMMARY OF ACTION:
Engineer's Estimate: $40,296
In accordance with Council procedure, bids submitted at the subject bid opening met the following three
criteria: There was more than one bid, the low bid was within project budget, and there were no
significant irregularities with the low bid. Therefore, staff recommends acceptance fo the low bid
submitted by Sierra Pacific Construction, LLC in the amount of $31,207.50.
STAFF RECOMMENDATION:
Accept the low bid submitted by Sierra Pacific Construction, LLC and award the contract in the amount
of $31,207.50.
7d. ‐ City Clerk reports bid opening on 7/27/2010 for CAG‐10‐086,
Madsen Creek Sediment Basin Cleaning ‐ 2010 project; 11 bids;
Page 34 of 206
PUBLIC WORKS DEPARTMENT
ttWlB
MEMORANDUM
DATE: July 28, 2010
TO: Bonnie Walton, City Clerk
FROM: Daniel Carey, Surface Water Utility Civil Engineer, x7293 LX^*
SUBJECT: Madsen Creek Sediment Basin Cleaning Project - 2010,
SWP-27-3497 Construction Bid Award Recommendation
The bid opening for the Madsen Creek Sediment Basin Cleaning Project - 2010,
SWP-27-3497 was held on July 27, 2010, at 2:30 p.m. Eleven (11) bids were
received. The engineer's estimate for the project construction cost was
$40,296.00.
The apparent low bid for the project is $31,207.50 (including sales tax) from
Sierra Pacific Construction, LLC. The Surface Water Utility reviewed the low bid
for completeness, inclusion of all required forms, bid bond, acknowledgments
of addenda, and mathematical correctness of the bid.
The low bid contained an irregularity where the low bidder filled in the Total
Amount for two bid items, but did not fill in the Unit Price. The two bid items
were lump sum amounts, so the Total Amount for each bid item would be
equal to the Unit Price. The City Attorney reviewed the low bid and the
WSDOT Specifications, and determined that the irregularity was minor and
may be waived by the City (memo attached). The low bidder also made a
minor mathematical error adding the bid item costs together. When the minor
error was corrected the low bid changed from $30,112.50 to $31,207.50. All
other paperwork for the low bid is in order.
Two other bidders had minor math errors in their bids and were corrected as follows:
Bidder
Green Earthworks Constr.
3 Kings Environmental, Inc.
Original Amount
$45,442.50
$80,159.48
Corrected Amount
$45,453.45
$81,254.48
The low bid meets the following conditions for award:
1. The low bid must be within the total project budget;
2. There must be more than one bidder; and
7d. ‐ City Clerk reports bid opening on 7/27/2010 for CAG‐10‐086,
Madsen Creek Sediment Basin Cleaning ‐ 2010 project; 11 bids;
Page 35 of 206
Ms. Bonnie Walton
Page 2 of 2
July 28, 2010
3. The lowest, responsible, responsive bid contains no significant
irregularities.
There are sufficient funds in the approved 2010 Capital Improvements
Program budget Madsen Creek Sedimentation Basin Cleaning Project account
(427.475050) to fund construction of the Madsen Creek Sedimentation Basin
Cleaning Project.
The Surface Water Utility, therefore, recommends that this item be placed on
the August 2, 2010 consent agenda for Council concur. Staff further
recommends that Council award the construction contract to the lowest
responsive, responsible bidder, Sierra Pacific Construction, LLC, in the amount
of $31,207.50.
Attached for your reference, is the bid tabulation showing the engineer's
estimate, the low bid, and the other bids submitted, and the memo from the
City Attorney. I am returning the bid envelopes and the bid documents from
the other bidders to you for the City Clerk's files.
Please contact me at ext. 7293, if you have any questions.
Attachments
Gregg Zimmerman, Public Works Administrator
Lys Hornsby, Utility Systems Division Director
Ron Straka, Surface Water Utility Supervisor
h:\file sys\swp - surface water projects\swp-27 - surface water projects (cip)\27-3497 madsen creek sed basin\2010
cleaning\1000 corrspd-city\100728 final clerk-bid-award-madsen.doc\DCah 7d. ‐ City Clerk reports bid opening on 7/27/2010 for CAG‐10‐086,
Madsen Creek Sediment Basin Cleaning ‐ 2010 project; 11 bids;
Page 36 of 206
CITY ATTORNEY
MEMORANDUM
w®ia©
DATE:
TO:
FROM:
SUBJECT:
July 28, 2010
Daniel Carey, City of Renton, Surface Water Utility
Civil Engineer
Garmon Newsom II, Assistant City Attorney
Madsen Creek
Good Morning Mr. Carey,
I spoke with Zanetta L. Fontes, Senior Assistant City Attorney, this morning concerning the bid
irregularity. It is her opinion that the City of Renton may waive the bid irregularity. Based on
her request, I have sent you this memorandum with her legal opinion.
G. Newsom II
7d. ‐ City Clerk reports bid opening on 7/27/2010 for CAG‐10‐086,
Madsen Creek Sediment Basin Cleaning ‐ 2010 project; 11 bids;
Page 37 of 206
Project:
Bid Date:
Item
No.
1
2
3
4
5
6
7
By
Madsen Creek Sediment Basin Cleaning Project - 20
July 27, 2010
Unit
Description
Mobilization LS
Traffic Control LS
Construct Bypass Dam, Divert Creek, LS
Remove, Haul, and Dispose of Sedimi LS
Refill Basin, Remove Bypass Dam, RE LS
Hydroseed SF
Minor Changes LS
Daniel Carey, Project Manager
Est.
Quantity
3,000
.1
Sales Tax
10
Engineers Estimate
Unit
Price
4,500.00
800.00
4,000.00
22,000.00
3,000.00
0.50
1,000.00
Subtotal
9.5%
Total
Bid
Amount
4,500.00
800.00
4,000.00
22,000.00
3,000.00
1,500.00
1,000.00
$36,800.00
$3,496.00
$40,296.00
Sierra Pacific
Construction, LLC
:• Unit!: Bid
Price- • Amount
2,500.oon: 2,500-;oo
:;;;::500.00 ::: : : 500:00:
3,500.00 ^:3,500.0O
18,500.00 18,500.00:
1,750:00 ; ;:i.750;oo-
0:25:; 750.00
;t.ooo^o:;:: '1,000:00;
:. Subtotal : $28,500.00
- Tax $2,707.50
::Total $31;207.5a
Bid Tab Madsen-2010-v02 FINAL.XLS Page 1
7d. ‐ City Clerk reports bid opening on 7/27/2010 for CAG‐10‐086,
Madsen Creek Sediment Basin Cleaning ‐ 2010 project; 11 bids;
Page 38 of 206
Project:
Bid Date:
Item
No.
1
2
3
4
5
6
7
By
Madsen Creek Sediment Basin Cleaning Project - 20
July 27, 2010
Unit
Description
Mobilization
Traffic Control
Construct Bypass Dam, Divert Creek,
Remove, Haul, and Dispose of Sedimi
Refill Basin, Remove Bypass Dam, Re
Hydroseed
Minor Changes
Daniel Carey, Preset Manager
LS
LS
LS
LS
LS
SF
LS
Est.
Quantity
3,000
1
Sales Tax
Kamins Construction
Unit
Price
5,000.00
100.00
1,000.00
21,000.00
1,000.00
0.25
1,000.00
Subtotal
Tax
Total
Bid
Amount
5,000.00
100.00
1,000.00
21,000.00
1,000.00
750.00
1,000.00
$29,850.00
$2,835.75
$32,685.75
Fury Construction
Unit
Price
2,600.00
3,000.00
3,500.00
17,000.00
2,000.00
0.30
1,000.00
Subtotal
Tax
Total
Bid
Amount
2,600.00
3,000.00
3,500.00
17,000.00
2,000.00
900.00
1,000.00
$30,000.00
$2,850.00
$32,850.00
Bid Tab Madsen-2010-v02 FINAL.XLS Page 2
7d. ‐ City Clerk reports bid opening on 7/27/2010 for CAG‐10‐086,
Madsen Creek Sediment Basin Cleaning ‐ 2010 project; 11 bids;
Page 39 of 206
Project:
Bid Date:
Item
No.
1
2
3
4
5
6
7
By
Madsen Creek Sediment Basin Cleaning Project - 20
July 27, 2010
Unit
Description
Mobilization
Traffic Control
Construct Bypass Dam, Divert Creek,
Remove, Haul, and Dispose of Sedimi
Refill Basin, Remove Bypass Dam, Re
Hydroseed
Minor Changes
Daniel Carey, Project Manager
LS
LS
LS
LS
LS
SF
LS
Est.
Quantity
3,000
1
Sales Tax
RJ Lampers
Construction Co. Inc.
Unit
Price
700.00
600.00
5,700.00
20,000.00
1,500.00
0.28
1,000.00
Subtotal
Tax
Total
Bid
Amount
700.00
600.00
5,700.00
20,000.00
1,500.00
840.00
1,000.00
$30,340.00
$2,882.30
$33,222.30
P.I. Resources
Unit
Price
3,666.06
1,868.40
3,899.54
21,507.36
554.61
0.31
1,000.00
Subtotal
Tax
Total
Bid
Amount
3,666.06
1,868.40
3,899.54
21,507.36
554.61
930.00
1,000.00
$33,425.97
$3,175.47
$36,601.44
Bid Tab Madsen-2010-v02 FINAL.XLS Page 3
7d. ‐ City Clerk reports bid opening on 7/27/2010 for CAG‐10‐086,
Madsen Creek Sediment Basin Cleaning ‐ 2010 project; 11 bids;
Page 40 of 206
Project: Madsen Creek Sediment Basin Cleaning Project - 20
Bid Date: July 27, 2010
Item
No. Description
Unit Est.
Quantity
1 Mobilization LS
2 Traffic Control LS
3 Construct Bypass Dam, Divert Creek, LS
4 Remove, Haul, and Dispose of Sedimi LS
5 Refill Basin, Remove Bypass Dam, Re LS
6 Hydroseed SF
7 Minor Changes LS
By: \J OMVUX 1-28-/0
3,000
1
Sales Tax
Daniel Carey, Project Manager
MVG, LLC
Unit
Price
5,000.00
2,000.00
6,000.00
20,000.00
3,000.00
0.50
1,000.00
Subtotal
Tax
Total
Bid
Amount
5,000.00
2,000.00
6,000.00
20,000.00
3,000.00
1,500.00
1,000.00
$38,500.00
$3,657.50
$42,157.50
R.L. Alia Company
Unit
Price
3,750.00
250.00
3,500.00
20,000.00
9,700.00
0.10
1,000.00
Subtotal
Tax
Total
Bid •
Amount
3,750.00
250.00
3,500.00
20,000.00
9,700.00
300.00
1,000.00
$38,500.00
$3,657.50
$42,157.50
Bid Tab Madsen-2010-v02 FINAL.XLS Page 4
7d. ‐ City Clerk reports bid opening on 7/27/2010 for CAG‐10‐086,
Madsen Creek Sediment Basin Cleaning ‐ 2010 project; 11 bids;
Page 41 of 206
Project:
Bid Date:
Item
No.
1
2
3
4
5
6
7
By
Madsen Creek Sediment Basin Cleaning Project - 20
July 27, 2010
Unit
Description
Mobilization
Traffic Control
Construct Bypass Dam, Divert Creek,
Remove, Haul, and Dispose of Sedimi
Refill Basin, Remove Bypass Dam, Re
Hydroseed
Minor Changes
J)^ZA W7 1-23•-tO
Daniel Carey, Proje/t Manager
LS
LS
LS
LS
LS
SF
LS
Est.
Quantity
3,000
1
Sales Tax
Westwater
Construction Co.
Unit
Price
4,000.00
3,000.00
5,000.00
23,000.00
4,800.00
0.25
1,000.00
Subtotal
Tax
Total
Bid
Amount
4,000.00
3,000.00
5,000.00
23,000.00
4,800.00
750.00
1,000.00
$41,550.00
$3,947.25
$45,497.25
Green Earthworks
Construction, Inc.
Unit
Price
4,012.00
2,000.00
3,158.00
28,780.00
1,900.00
0.22
1,000.00
Subtotal
Tax
Total
Bid
Amount
4,012.00
2,000.00
3,158.00
28,780.00
1,900.00
660.00
1,000.00
$41,510.00
$3,943.45
$45,453.45
Bid Tab Madsen-2010-v02 FINAL.XLS Page 5
7d. ‐ City Clerk reports bid opening on 7/27/2010 for CAG‐10‐086,
Madsen Creek Sediment Basin Cleaning ‐ 2010 project; 11 bids;
Page 42 of 206
Project:
Bid Date:
Item
No.
1
2
3
4
5
6
7
By
Madsen Creek Sediment Basin Cleaning Project - 20
July 27, 2010
Unit
Description
Mobilization
Traffic Control
Construct Bypass Dam, Divert Creek,
Remove, Haul, and Dispose of Sedimi
Refill Basin, Remove Bypass Dam, Re
Hydroseed
Minor Changes
VA*J CX^f/ l-28-io
Daniel Carey, Project Manager
LS
LS
LS
LS
LS
SF
LS
Est.
Quantity
3,000
1
Sales Tax
PGH Excavating, Inc.
Unit
Price
3,680.00
3,700.00
2,430.00
33,620.00
2,920.00
0.39
1,000.00
Subtotal
Tax
Total
Bid
Amount
3,680.00
3,700.00
2,430.00
33,620.00
2,920.00
1,170.00
1,000.00
$48,520.00
$4,609.40
$53,129.40
31 <ings
Environmental, Inc.
Unit
Price
6,405.00
500.00
8,700.00
45,000.00
12,000.00
0.20
1,000.00
Subtotal
Tax
Total
Bid
Amount
6,405.00
500.00
8,700.00
45,000.00
12,000.00
600.00
1,000.00
$74,205.00
$7,049.48
$81,254.48
Bid Tab Madsen-2010-v02 FINAL.XLS Page 6
7d. ‐ City Clerk reports bid opening on 7/27/2010 for CAG‐10‐086,
Madsen Creek Sediment Basin Cleaning ‐ 2010 project; 11 bids;
Page 43 of 206
CITY OF RENTON
BID TABULATION SHEET
PROJECT: Madsen Creek Sediment Basin Cleaning Project - 2010
CAG-10-086
DATE: July 27, 2010
Page 1 of 1
BIDDER
3 Kings Environmental, Inc.
P.O. Box 200
Batlle Ground, WA 98604
Ron King
Fury Construction
P.O. Box 1198
North Bend, WA 98045
Denis Fury
Green Earthworks Construction, Inc.
3419 N. Madison St.
Tacoma, WA 98047
Jayson W. Stevens
Kamins Construction
19315 Ross Rd.
Bothell, WA 98011
Chad Kamins
MVG, LLC
22630 SE 268th St.
Maple Valley, WA 98038
Earl Soushek
PGH Excavating, Inc.
P.O. Box 1151
Enumclaw, WA 98022
NickThornhill
PI Resources
2008 238th St. E.
Bothell, WA 98021
Brad Coury
RJ Lampers Construction Co., Inc.
14532 180th PI. SE
Snohomish, WA 98290
Bette Anne Lampers
R.L. Alia Company
107 Williams Ave. S.
Renton, WA 98057
Richard L. Alia
Sierra Pacific Construction, LLC
P.O. Box 620
Maple Valley, WA, 98038
Brian Smith
Westwater Construction Company
31833 Kent Black Diamond Rd
Auburn, WA 98092
Thomas J. Caplis
8
FORMS
Proposal
& Triple
Form
X
X
X
X
X
X
X
X
X
X
X
Bid
Bond
X
X
X
X
X
X
X
X
X
X
X
Sched of
Prices
X
X
X
X
X
X
X
X
X
X
X
BID
**lncludes Sales Tax
$80,159.48
$81,254.48
$32,850.00
$45,442.50
$45,453.45
$32,685.75
$42,157.50
$53,129.40
$36,601.44
$33,222.30
$42,157.50
$30,112.50
$31,207.50
$45,497.25
ENGINEER'S ESTIMATE
LEGEND:
Forms: Triple Form: Non-Collusion Affidavit, Anti-Trust Claims, Minimum Wage
$40,296.00
7d. ‐ City Clerk reports bid opening on 7/27/2010 for CAG‐10‐086,
Madsen Creek Sediment Basin Cleaning ‐ 2010 project; 11 bids;
Page 44 of 206
CITY OF RENTON COUNCIL AGENDA BILL
Subject/Title:
Housing Opportunity Fund Award for Habitat for
Humanity La Fortuna Project
Meeting:
Regular Council - 02 Aug 2010
Exhibits:
Issue Paper
Submitting Data: Dept/Div/Board:
Community and Economic Development
Staff Contact:
Mark Santos-Johnson (ext 6584)
Recommended Action:
Refer to Planning & Development Committee
Fiscal Impact:
Expenditure Required: $ $75,000 Transfer Amendment: $N/A
Amount Budgeted: $ $75,000 Revenue Generated: $N/A
Total Project Budget: $ $3,935,384 (projected)City Share Total Project: $ $75,000
SUMMARY OF ACTION:
Habitat for Humanity of East King County has requested $75,000 from the Housing Opportunity Fund to
help support the construction of the La Fortuna Phase l affordable home ownership project. The Phase l
project includes two townhouse buildings with 11 units that will be sold to households at or below 60%
of the median income in King County.
STAFF RECOMMENDATION:
Approve a $75,000 award from the Housing Opportunity Fund to the Habitat for Humanity of East King
County to help support the construction of the La Fortuna Phase I affordable home ownership project.
7e. ‐ Community and Economic Development Department requests
approval to award $75,000 from the Housing Opportunity Fund to the Page 45 of 206
h:\ced\city council\issue papers\2010\issue paper - housing opportunity fund - habitat for humanity la fortuna request 7-22-2010.doc
DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT
M E M O R A N D U M
DATE:July 22, 2010
TO:Don Persson, Council President
Members of the Renton City Council
VIA:Denis Law, Mayor
FROM:Alex Pietsch, Administrator
STAFF CONTACT:Mark Santos-Johnson, Senior Economic Development Specialist (ext. 6584)
SUBJECT:Housing Opportunity Fund Award to Habitat for Humanity of East King
County for La Fortuna Phase I Affordable Home Ownership Project
ISSUE:
Should the City award $75,000 from the Housing Opportunity Fund (HOF) to the Habitat for Humanity of
East King County (Habitat EKC) to help support the construction of the La Fortuna Phase l affordable home
ownership project?
RECOMMENDATION:
Habitat EKC’s request has been reviewed by the Department of Community & Economic Development and
the Community Services Department. Staff recommends that the Council approve a $75,000 award from
the HOF funds to Habitat EKC to help support the construction of the La Fortuna Phase l affordable home
ownership project.
BACKGROUND SUMMARY:
In November 2008, the City Council adopted Ordinance 5419 and transferred $200,000 of the fund balance
from the General Fund to establish the HOF. The HOF is available to assist public and private housing
projects serving low and/or moderate income households and/or special-needs populations within the City
limits. Requests for funding from the HOF are brought to the Council for approval after staff review and
recommendation. 1
1 See Attachment 1: Housing Opportunity Fund – Project Eligibility and Uses of Funds
The Council awarded $100,000 in HOF funds to the Renton Housing Authority in 2009 to help support the
development and construction of the proposed new Edmonds/Glenwood affordable housing project.
There is currently $100,000 remaining in HOF funds.
Habitat EKC has requested $75,000 in HOF funds to help support the construction of phase l of the La
Fortuna affordable home ownership project. The project is located near the intersection of SE 174th Street
and 127th Place SE in the Benson Hill/Cascade neighborhood that annexed to the City in 20082.
2 See Attachment 2: La Fortuna map
7e. ‐ Community and Economic Development Department requests
approval to award $75,000 from the Housing Opportunity Fund to the Page 46 of 206
HOF Award to Habitat for Humanity East King County – La Fortuna Page ii of 3
Issue Paper
July 22, 2010
h:\ced\city council\issue papers\2010\issue paper - housing opportunity fund - habitat for humanity la fortuna request 7-22-2010.doc
Habitat EKC builds affordable permanent housing, both multi-unit and single-family. They construct homes
using over 90% volunteer labor and sell homes with zero-interest mortgages, at zero profit and with zero
financial down payment to families (in the case of Renton) earning below 60% of median income – with
housing payments limited to 30% of family income. Habitat EKC uses a land trust model so that when a
Habitat homeowner decides to sell their home, Habitat EKC has the first right of refusal to purchase the
home and sell it to another income-qualified family. The organization commits to do this for the La
Fortuna project for 75 years.3
3 See Attachment 3: Habitat for Humanity East King County – Background Information
The 11 units will be sold to households at or below 60% of the median income in King County (e.g.,
currently $51,360 a year for a four-person household). Families have been selected for five of the units.
The units are three story townhouses with garages on the lowest level and living spaces above, providing
modern, urban living with an economical use of space. The 11 units will be located in two townhouse
buildings, a three-story six-plex and a three-story five-plex). The size of the units will range from three
bedrooms, for smaller families, to six bedroom homes for larger families.
The La Fortuna property was purchased jointly by Habitat EKC and Habitat for Humanity of Seattle/South
King County. Habitat EKC will take the lead in the construction of the Phase I homes. When fully
completed, there will be up to 41 townhouses. Half of the site is open space. All homes will be
constructed to a four star Built Green standard of energy efficiency in order to make them affordable to
maintain as well as purchase.
All of the following Housing Opportunity Fund project eligibility criteria are met by the proposed project:
o La Fortuna is physically located within the Renton city limits;
o The project is new construction and increases the available supply of affordable housing in Renton;
and
o The home ownership project is affordable to households earning no more than 80% of the median
income in King County.
Phase I has an estimated total development and construction budget of $3,935,384. A combination of
local, state and federal funds, plus private funds, donations, and in-kind volunteer labor will be used to
complete the project. Committed funding includes $500,000 from the Washington State Housing Trust
Fund, $500,000 from the King County Housing Finance Program, $75,000 from the Bank of America
Charitable Foundation, and $25,000 from the Chase Foundation.
Although the City’s $75,000 of HOF funds is only 1.9% of the La Fortuna Phase l total projected cost, it
demonstrates to current and potential funding sources that the local jurisdiction supports the project.
Habitat EKC hopes to use the $75,000 to help leverage the remaining funds needed for the projected
budget, a leverage of $1 of City funds for each $51 of projected total other funds. The HOF requires a
minimum projected $1-to-$1 match and a preferred projected match of $1-to-$4.
Habitat EKC has requested to use the $75,000 in HOF to help pay for part of the construction costs of the
foundations for the two buildings in the La Fortuna Phase I project. (This is an eligible use of the HOF
funds.) Because of the topography of the La Fortuna site and the size and technical requirements of the
foundation, it will be installed by a foundation general contractor. As soon as the foundation is completed,
Habitat EKC has many experienced and enthusiastic volunteers waiting to start building structures. The
groundbreaking ceremony for construction was held on Friday, June 11, 2010. Habitat EKC hopes to
complete the first foundation in September 2010. The 11-unit project is scheduled to be completed in
7e. ‐ Community and Economic Development Department requests
approval to award $75,000 from the Housing Opportunity Fund to the Page 47 of 206
HOF Award to Habitat for Humanity East King County – La Fortuna Page iii of 3
Issue Paper
July 22, 2010
h:\ced\city council\issue papers\2010\issue paper - housing opportunity fund - habitat for humanity la fortuna request 7-22-2010.doc
early-2012.
CONCLUSION:
The $75,000 of HOF funds for the La Fortuna Phase l project will help support the construction of 11
townhouses. The 11 units will be sold to households at or below 60% of the median income in King
County. The $75,000 of HOF funds will help Habitat EKC leverage the remaining funds needed to complete
the project. The La Fortuna project will also increase the opportunities for affordable housing for people
with low incomes in our community – and support the City’s vision as the center of opportunity in the
Puget Sound region where families and businesses thrive.
Attachments:
·Housing Opportunity Fund – Project Eligibility and Uses of Funds
·La Fortuna map
·Habitat of Humanity East King County – Background Information
cc: Jay Covington, CAO
Bonnie Walton, City Clerk
Iwen Wang, Finance & IS Administrator
Terry Higashiyama, Community Services Administrator
Suzanne Dale Estey, Economic Development Director
Chip Vincent, Planning Director
Karen Bergsvik, Human Services Manager
Tim Lawless, Housing Repair Coordinator
7e. ‐ Community and Economic Development Department requests
approval to award $75,000 from the Housing Opportunity Fund to the Page 48 of 206
HOUSING OPPORTUNITY FUND
(Adopted by Ordinance 5419 on November 10, 2008)
PROJECT ELIGIBILITY AND USES OF FUNDS
Projects must be physically located within the Renton city limits.
Projects must serve low and/or moderate income households and/or special-needs populations as
follows:
·First priority – New construction projects to increase the available supply of affordable
housing in Renton with a preference for mixed-income projects.
·Second priority – Acquisition and/or rehabilitation of existing multi-family housing projects
to increase the available supply of affordable housing in Renton.
·Third priority – Rehabilitation or remodeling of existing multi-family housing projects to
maintain the facility as decent, safe, and sanitary affordable housing.
·Eligible projects offering home ownership opportunities, such as condominiums,
townhouses, cottages, etc., must be affordable to households earning no more than 80% of
the median income in King County. Eligible rental projects must be affordable to
households earning no more than 60% of the median income in King County
The funds are available to entities to support the project activities noted above, but may not be
used to provide grants or other direct financial assistance to individuals.
The entities that receive the funds must agree to maintain the housing as affordable for a minimum
of ten years.
The City’s funds may be used, for example, for seed money, local match, land acquisition,
development costs, construction costs, etc. to support the project activities noted above.
The City will strive to maximize leverage for other public and private funds with a minimum
projected $1 to $1 match and preferred projected match of 1-to-4 ($1 of City funds for each $4 of
projected other funds).
Projects will have up to three years to use the City’s funds from the date the project’s funds are
approved by the City Council.
PROJECT ELIGIBILITY AND USES OF FUNDS
Interested entities may submit an application to request funds at any time to the Department of
Community and Economic Development Administrator
The Department of Community and Economic Development Administrator will review the
application in collaboration with an interdepartmental team and prepare a recommendation to the
City Council for approval.
7e. ‐ Community and Economic Development Department requests
approval to award $75,000 from the Housing Opportunity Fund to the Page 49 of 206
7
e
.
‐
C
o
m
m
u
n
i
t
y
a
n
d
E
c
o
n
o
m
i
c
D
e
v
e
l
o
p
m
e
n
t
D
e
p
a
r
t
m
e
n
t
r
e
q
u
e
s
t
s
a
p
p
r
o
v
a
l
t
o
a
w
a
r
d
$
7
5
,
0
0
0
f
r
o
m
t
h
e
H
o
u
s
i
n
g
O
p
p
o
r
t
u
n
i
t
y
F
u
n
d
t
o
t
h
e
P
a
g
e
5
0
o
f
2
0
6
Attachment 3
Habitat of Humanity East King County – Background Information
Habitat East King County (Habitat EKC) is one of 35 Habitat affiliates in Washington State and more
than 1,600 affiliates across the United States. Since Habitat EKC was founded in 1988, the organization
has built 103 affordable homes in East King County in partnership with low-income families.
Habitat EKC builds decent, affordable permanent housing, both multi-unit and single-family. They
construct homes using over 90% volunteer labor and sell homes with zero-interest mortgages, at zero
profit and with zero financial down payment to families (in the case of Renton) earning below 60% of
median income – with housing payments limited to 30% of family income. They partner with Habitat
families by providing homeowner education and supporting the completion of their 500 sweat-equity
hours (per family) which serves as a down payment.
The Habitat EKC families mirror the demographics of the King County community, reflecting a rich
ethnic and cultural diversity. They represent the hourly waged workforce, working in occupations that
support the local community and economy. They are child care staff, bus drivers, preschool teachers,
custodians, hair stylists, farm workers, maintenance staff, retail and clerical workers.
The ethnicity of current Habitat EKC homeowner families is defined as:
·9% African American/Black
·13% Asian/Pacific Islander
·58% Caucasian
·13% Latino/Hispanic
·4% Multicultural/Ethnic
·3% Native American.
Today, 262 children are living in the 103 homes that Habitat EKC has built and 52% of the families are
headed by single parents. Habitat EKC families earn between 25% and 60% of median income for King
County.
All 11 units in phase l of the La Fortuna project will be sold to households at or below 60% of the
median income in King County. When a Habitat homeowner decides to sell their home, Habitat EKC
has the first right of refusal through their “Legacy of Land” model. They purchase the home and after
refurbishment, sell it to another income-qualified family. This enables successful Habitat homeowners
to move on to market rate housing if they chose and allows Habitat to provide another family with
affordable homeownership. This model protects the investment of funders, donors and volunteers by
keeping homes affordable for families permanently. Habitat EKC has had eleven families experience
the success of selling their homes back to the organization and moving on. The 11 units were resold to
income-qualified households.
7e. ‐ Community and Economic Development Department requests
approval to award $75,000 from the Housing Opportunity Fund to the Page 51 of 206
CITY OF RENTON COUNCIL AGENDA BILL
Subject/Title:
Fairwood Potential Annexation Area Prezoning
Public Hearings
Meeting:
Regular Council - 02 Aug 2010
Exhibits:
Issue Paper
3 Attachments
Submitting Data: Dept/Div/Board:
Community and Economic Development
Staff Contact:
Chip Vincent, x6588
Recommended Action:
Refer to the Planning and Development
Committee and the Planning Commission.
Fiscal Impact:
Expenditure Required: $ Transfer Amendment: $
Amount Budgeted: $ Revenue Generated: $
Total Project Budget: $ City Share Total Project: $
SUMMARY OF ACTION:
The Fairwood Potential Annexation Area is scheduled to vote on the question of annexation to the City
of Renton this coming November. The Administration would like to prezone the area to inform the
residents and property owners of what their zoning would be if the area annexes. The zoning of
annexation areas requires two public hearings. It is recommended that the Planning Commission be
delegated the authority to hold the public hearings for Council. The Planning Commission would receive
public testimony, consider the matter of zoning, and make a recommendation to the Planning and
Development Committee regarding the prezoning of the Fairwood area. The final action regarding the
prezoning will come before Council.
STAFF RECOMMENDATION:
Direct the Planning Commission to hold the required two public hearings regarding prezoning the
Fairwood Potential Annexation Area.
7f. ‐ Community and Economic Development Department recommends
directing the Planning Commission to hold the two required public Page 52 of 206
DEPARTMENT OF COMMUNITY
AND ECONOMIC DEVELOPMENT
M E M O R A N D U M
DATE:August 2, 2010
TO:Don Persson, Council President
City Councilmembers
VIA:Denis Law, Mayor
FROM:Alex Pietsch, Administrator
STAFF CONTACT:Angie Mathias, x6593
SUBJECT:Proposed Fairwood Annexation – Prezoning
ISSUE:
Should the City adopt prezoning for the Fairwood Potential Annexation area? If so, what
should that prezoning be? Should the two required public hearings in the matter of
zoning the area be heard by the Planning Commission?
RECOMMENDATION:
On the basis of the following analysis, the Administration recommends that Council
prezone the Fairwood Potential Annexation area. If Council concurs, the Administration
recommends that it prezone the area as is outlined in the summary statement below
and as shown on Attachment A. Also, the Administration recommends that the public
hearings in the matter of zoning the Fairwood area be heard by the Planning
Commission.
BACKGROUND SUMMARY:
The Fairwood Annexation area is scheduled to vote on the question of annexation on
November 2, 2010. Prezoning the area would provide residents with complete
information about what their land use zoning would be if the area annexed to the City.
Currently, the area is not prezoned but is designated with City of Renton Comprehensive
Plan designations. Many of Renton’s Comprehensive Plan designations allow for several
possible zones. In the past, Renton has prezoned large annexation areas (East Renton
Plateau and Benson Hill) in order to provide such predictability.
Renton Comprehensive Plan Designations
The Fairwood Annexation area is designated with five Renton Comprehensive Plan
designations. Each of those designations and the zones which implement them are as
follows:
Renton Comp Plan Designation Implementing Zones
Residential Low Density ·RC: Resource Conservation (Residential One
7f. ‐ Community and Economic Development Department recommends
directing the Planning Commission to hold the two required public Page 53 of 206
Don Persson, Council President
Page 2 of 10
August 2, 2010
Dwelling Unit Per 10 Net Acres)
·R-1: Residential One Dwelling Unit Per Net Acre
·R-4: Residential Four Dwelling Units Per Net Acre
Residential Single Family ·R-8: Residential Eight Dwelling Units Per Net Acre
Residential Medium Density
·R-10: Residential Ten Dwelling Units Per Net Acre
·R-14: Residential Fourteen Dwelling Units Per Net
Acre
Residential Multi-Family
·RMF: Residential Multi Family (Twenty Dwelling
Units Per Net Acre)
·RMT: Residential Multi Family (Thirty Five
Dwelling Units Per Net Acre)
·RMU: Residential Multi Family (Seventy Five
Dwelling Units Per Net Acre)
Commercial Corridor
·CA: Commercial Arterial
·CO: Commercial Office
·IL: Light Industrial
Renton’s Comprehensive Plan provides guidance regarding the application of different
zones. Those related policies are below:
Resource Conservation and Residential One Dwelling Unit per Net Acre
Policy LU-151. Base development densities should range from 1 home per 10 acres to 1
home per acre on Residential Low Density (RLD) designated land with significant
environmental constraints, including but not limited to: steep slopes, erosion hazard,
floodplains, and wetlands or where the area is in a designated Urban Separator.
Policy LU-153. For the purpose of mapping, the prevalence of significant environmental
constraints should be interpreted to mean:
1)Critical areas encumber a significant percentage of the gross area;
2)Developable areas are separated from one another by pervasive critical areas or
occur on isolated portions of the site and access limitations exist;
3)The location of the sensitive area results in a non-contiguous development
pattern;
4) The area is a designated urban separator; or
5)Application of the Critical Areas Ordinance setbacks/buffers and/or net density
definition would create a situation where the allowed density could not be
accommodated on the remaining net developable area without modifications or
variances to other standards.
Residential Four Dwelling Units per Net Acre
Policy LU-147. Adopt urban density of at least four (4) dwelling units per net acre for
residential uses except in areas with identified and documented sensitive areas and/or
areas identified as urban separators.
Policy LU-151 (cont). Density should be a maximum of 4-du/net acre on portions of the
Residential Low Density land where these constraints [including but not limited to: steep
slopes, erosion hazard, floodplains, and wetlands or where the area is in a designated
7f. ‐ Community and Economic Development Department recommends
directing the Planning Commission to hold the two required public Page 54 of 206
Don Persson, Council President
Page 3 of 10
August 2, 2010
Urban Separator] are not extensive and urban densities are appropriate.
Objective LU-II: Designate Residential 4 du/acre zoning in those portions of the RLD
designation appropriate for urban levels of development by providing suitable
environments for suburban and/or estate style, single-family residential dwellings.
Residential Eight Dwelling Units per Net Acre
Policy LU-160. Designate land for Residential Single-Family land use where there is an
existing pattern of single-family development in the range of four to eight units per net
acre and where critical areas are limited.
Residential Ten Dwelling Units per Net Acre
Policy LU-162. Residential Medium Density neighborhoods may be considered for
Residential 10 (R-10) zoning if they meet three of the following criteria:
1)The area already has a mix of small-scale multi-family units or has had long
standing zoning for flats or other low-density multi-family use;
2)Development patterns conducive to medium-density development are
established;
3)Vacant lots exist or parcels have redevelopment potential for medium-density
infill development;
4)The project site is adjacent to major arterial(s) and public transit service is
located within ¼ mile;
5)The site can be buffered from existing single-family residential neighborhoods
having densities of eight (8) dwelling units or less; or
6)The site can be buffered from adjacent or abutting incompatible uses.
Residential Fourteen Dwelling Units per Net Acre
Policy LU-163. Areas may be considered for Residential 14 (R-14) zoning where the site
meets the following criteria:
1)Adjacent to major arterial(s);
2)Adjacent to the Urban Center, Highlands Center Village, or Commercial Corridor
designations;
3)Part of a designation totaling over 20 acres (acreage may be in separate
ownership);
4)Site is buffered from single-family areas or other existing, potentially
incompatible uses; and
5)Development within the density range and of similar unit type is achievable given
environmental constraints.
Residential Multi-Family
Policy LU-180. Residential Multi-Family (RMF) zoning should be applied where existing
small scale, garden-style multi-family development exists.
Policy LU-181. Residential Multi-Family Traditional (RMT) zoning should be applied in
areas where the surrounding land use provides a compact urban environment or where
such an environment is envisioned. This area should be within a half mile of shopping
and transit.
7f. ‐ Community and Economic Development Department recommends
directing the Planning Commission to hold the two required public Page 55 of 206
Don Persson, Council President
Page 4 of 10
August 2, 2010
Policy LU-182. Residential Multi-Family Urban (RMU) zoning should be applied when
the surrounding land uses call for high-density housing choices in an area with a
pedestrian-scale environment and direct access to transit facilities.
Policy LU-176. Properties that are a part of annexations into the City and have existing
multi-family land use, but do not meet the criteria for Residential Multi-Family land use
designation, may be designated Residential Multi-Family when properties meet the
following criteria:
1)There is a pre-existing and long term use of multi-family development; and
2)The property is 43,560 square feet or less in size, and
3)The designation shall not be used as justification for expanding Residential
Multi-Family zone to other properties.
Commercial Arterial
Policy LU-253. Portions of the Commercial Corridor designation appropriate for a wide
range of uses catering to low and medium intensity office, service, and retail uses should
be mapped with Commercial Arterial zoning.
Policy LU-254. Areas that should be considered for Commercial Arterial zoning should
meet the following criteria:
1)The corridor is served by transit or has transit within one-quarter mile;
2)A historical strip commercial urban development pattern predominates;
3)Large, surface parking lots exist;
4)Primary development on the site is located at rear portions of the property with
parking in front of the buildings;
5)Parcel size and configuration typically is defined by a larger parcel fronting the
arterial street with multiple buildings and businesses; and
6)The corridor exhibits long block lengths and/or an incomplete grid street
network.
Light Industrial
Policy LU-251. Industrial Light zoning should be applied to land that is appropriate for
very low intensity manufacturing and industrial services.
Commercial Office
Policy LU-257. Areas of the City identified for intensive office use may be mapped with
Commercial Office implementing zoning when site is developed, historically used for
office, or the site meets the following criteria:
1)Site is located contiguous to an existing or planned transit route;
2)Large parcel size;
3)High visibility; and
4)Opportunities for views.
7f. ‐ Community and Economic Development Department recommends
directing the Planning Commission to hold the two required public Page 56 of 206
Don Persson, Council President
Page 5 of 10
August 2, 2010
Policy LU-258. Small-scale medical uses associated with major institutions should be
located in the portions of Commercial Corridor designated areas with Commercial Office
zoning, in the Urban Center, or in the Employment Area – Valley.
Policy LU-259. Retirement centers that have a medical facility as a component of the
services offered should be located in areas of the Commercial Corridor that have
Commercial Office zoning.
Policy LU-260. Medium and high intensity office should be encouraged as the primary
use in Commercial Office zoned areas.
Policy LU-261. Retail and services should support the primary office use in areas
identified for Commercial Office zoning, and should be located on the ground floor of
office and parking structures.
King County Comprehensive Plan Designations and Zoning
The King County designations (Attachment B) and zoning (Attachment C) for the
Fairwood area are as follows:
Greenbelt/Urban Separator
This designation has been applied to the parcels that run on both sides of Soos Creek in
the southwestern portion of the Fairwood area. Most of the parcels with this
designation are owned by King County, but there are some in private ownership. King
County has zoned all parcels in this designation as Residential One Dwelling Unit per
Gross Acre (R-1).
Open Space Recreation
The King County owned parcels that comprise Petrovitsky Park are designated as Open
Space Recreation. The park is zoned Residential Six Dwelling Units per Gross Acre (R-6).
Urban Residential Low 1 du/acre
King County only allows the Residential One Dwelling Unit per Gross Acre (R-1) zone in
this Comprehensive Plan designation. There are two areas that have this designation
and the R-1 zone; first the northeastern portion of the parcels abutting Lake Desire and
second a portion of a large parcel at the northern boundary of the Fairwood area. This
parcel is a tract that is owned by multiple owners for the purposes of ingress/egress,
utility facilities, open space, or is set aside due environmental constraints. These tracts
are considered undivided interests and are not developable lands.
Urban Residential Medium 4 – 12 du/acre
This designation applies to the Fairwood majority of the area. Areas with existing
patterns of single family residential have this designation with some remaining
redevelopable parcels. The predominate King County zoning for the Fairwood area, in
general and within this designation, is Residential Six Dwelling Units per Gross Acre
(R-6). There are four areas with topographical constraints and/or other sensitive area
constraints that are zoned Residential Four Dwelling Units per Gross Acre (R-4). Two of
these areas are at the northern portion of the area, one is at the western portion, and
the remaining area surrounds Shady Lake.
Urban Residential High >12 du/acre
7f. ‐ Community and Economic Development Department recommends
directing the Planning Commission to hold the two required public Page 57 of 206
Don Persson, Council President
Page 6 of 10
August 2, 2010
There are three King County zones applied to the Fairwood area within this designation.
They are: Residential Eighteen Dwelling Units per Gross Acre (R-18), Residential Twenty
Four Dwelling Units per Gross Acre (R-24), and Residential Forty Eight Dwelling Units per
Gross Acre (R-48). This designation and its zones surround the commercial area of
Fairwood. The majority of the R-24 zoned area lies south of the golf course, but does
include a portion of the golf course. There are also a few parcels that lie on the
southern side of SE Petrovitsky Road. This zone is built out with multi-family housing
with the exception of Nativity Lutheran Church which is zoned R-24. It is south of SE
Petrovitsky Road and immediately west of 140th Avenue SE. There are three areas
zoned R-18. These parcels are located immediately south of SE Petrovitsky Rd with 134th
Avenue SE running through the area, south of SE 177th St, and north of SE Petrovitsky
Road towards the eastern portion of the commercial area. These parcels are largely
built out with existing multi-family housing; however, there is one parcel that is vacant.
There is one parcel zoned R-48. This .52 acre parcel is built out with existing
condominiums; it is located north of SE Petrovitsky Road and west of 140th Avenue SE.
Community Business Center
The commercial center of the Fairwood area is designated Community Business Center.
The parcels that run along SE Petrovitsky Road and to the east of 140th Avenue SE are
zoned Commercial Business (CB). The existing land uses in this zone include the Safeway
grocery store and associated smaller businesses and the Albertsons grocery store and
associated smaller businesses. The 7-11, Rite-Aid, and the Auto Zone that are
immediately west of 140th Avenue SE are also zoned CB. The La Fuente restaurant and
the office spaces that are in the Fairwood Plaza development are zoned CB. There is a
group of duplex and triplex buildings that lie immediately north of SE Petrovitsky Road
and west of 140th SE that are zoned Office (O). Some of these residential units have
been converted to office uses; however, there are many that are still used as residential
units.
Recommended Renton Prezoning
The recommended City of Renton prezoning of the Fairwood Potential annexation area
strikes a balance between most closely approximating the existing King County zoning as
possible and the application of the City of Renton Comprehensive Plan designations and
the zones within each designation. Attachment A shows the recommended prezoning.
Below is a brief explanation of each of the areas.
Resource Conservation (RC)
There are no areas that are recommended to be prezoned with Renton’s RC zone.
Residential One Dwelling Unit per Net Acre (R-1)
It is recommended that the areas that are within the Renton Comprehensive Plan
designation of Residential Low Density and which King County has zoned R-1 be
prezoned with Renton R-1 zoning. There are three areas this applies to:
·The parcels at the northern and eastern portion of Lake Desire. (Approximately
90 acres)
·The parcels on both sides of Soos Creek that are designated as Urban Separator
7f. ‐ Community and Economic Development Department recommends
directing the Planning Commission to hold the two required public Page 58 of 206
Don Persson, Council President
Page 7 of 10
August 2, 2010
by King County. This includes parcels owned by King County and by private
parties. (Approximately 220 acres)
·The northernmost portion of the King County tract that is at the northern portion
of the Fairwood area. (Approximately 48 acres)
Residential Four Dwelling Units per Net Acre
It is recommended that all of the area remaining that is designated with the Renton
Comprehensive Plan Residential Low Density designation be prezoned with Renton R-4
zone. This R-4 recommended prezone applies to the vast majority of the Fairwood area.
General descriptions of those areas are:
·Four areas that are zoned by King County as R-4, they are located:
o Surrounding Shady Lake (Approximately 170 acres)
o Along the northern boundary of the area where the parcels are large, but
primarily undeveloped due to environmental constraints. There are three
fully developed residential subdivisions in this area. (Approximately 260
acres)
o Approximately at the northwestern corner of the Fairwood area. This
area also has large parcels that are undeveloped due to environmental
constraints, but does have one developed residential subdivision.
(Approximately 110 acres)
o Along the western boundary at the approximate midpoint. These parcels
are large and undeveloped, except for a portion that is likely an extension
of a large residential subdivision. (Approximately 60 acres)
·The predominate King County zone in the Fairwood area is R-6. Most parcels are
within fully developed large lot subdivisions. However there are some
redevelopable large parcels, especially in the area that is south of SE Petrovitsky
Road, but north of SE 192nd Street on both sides of 140th Avenue SE.
(Approximately 2,560 acres)
·Petrovitsky Park and the golf course. The golf course is zoned both R-24 and R-6
by King County. Petrovitsky Park is zoned R-6 in King County. (Approximately
215 acres)
Residential Eight Dwelling Units per Net Acre
There are three areas that are recommended to be prezoned with Renton R-8 zone. All
three of the areas are fully developed with smaller lot single family residential
subdivisions. Those three areas are:
·The Emerald Vista subdivision which lies immediately south of SE Petrovitsky
Road along the western boundary of the Fairwood area. (Approximately 6 acres)
·The Woodside at McGarvey Park subdivision which is along the eastern boundary
of the area and abuts the Urban Growth Boundary. (Approximately 80 acres)
·The later phases of Woodside at McGarvey Park that are at northernmost
portion of the eastern boundary and which abuts the Urban Growth Boundary.
(Approximately 15 acres)
Residential Ten Dwelling Units per Net Acre
There are no parcels that are recommended to be prezoned Renton R-10.
7f. ‐ Community and Economic Development Department recommends
directing the Planning Commission to hold the two required public Page 59 of 206
Don Persson, Council President
Page 8 of 10
August 2, 2010
Residential Fourteen Dwelling Units per Net Acre
There are two areas that are recommended to be zoned with Renton R-14 zone, they
are:
·A group of three parcels that lie immediately south of SE Petrovitsky Road near
the western portion of the Fairwood area. One of the parcels is completely
developed with small lot single family homes and two parcels are vacant. All are
zoned by King County with R-18 zoning. (Approximately 27 acres)
·A fully built development of townhomes that lies at the southernmost portion of
the area. The subdivision name is Jerry’s Place and is zoned R-6 by King County.
The average lot size in this area is 2,100 square feet. This small lot size is
comparable to the lot sizes in Renton R-14 zone. (Approximately 1 acre)
Residential Multi-Family
The Renton RMF zone is proposed to be applied to the parcels that have pre-existing
multi-family development. These parcels generally abut the commercial portions of the
area. This includes:
·The RedMill Condominiums, The Fairwood Landing Apartments, The Fairway
Drive Condominiums, the Fairwood Pond Apartments, The Fairwood Downs
Apartments, On the Green at Fairwood Condominiums, Fairway Greens
Condominiums, Fairway Village Condominiums, Fairwood Apartments, and
Heritage at Fairwood Condominiums. These properties are zoned R18 and/or
R-24 by King County. (Approximately 185 acres)
·The Fire District 40 Fire Station which is zoned by King County as R-6
(Approximately 1 acre)
·The Merrihill Condominiums zoned R-48 by King County. (Approximately ½ acre)
Commercial Arterial
The area around the intersection of SE Petrovitsky Road and 140th Avenue SE is the
commercial center of the Fairwood community. Those areas recommended to be zoned
with Renton CA zone include:
·Properties zoned by King County as Commercial Business (CB), this includes:
o The cluster of commercial uses that is north of SE Petrovitsky Road and
east of 140th Avenue SE; this area includes the Safeway, other retail
businesses, and the Fairwood Plaza development. (Approximately 27
acres)
o The cluster of businesses south of SE Petrovitsky Road and east of 140th
Avenue SE; this area includes the Albertsons’ and other small retail uses.
(Approximately 7 acres)
o The area south of SE Petrovitsky Road and west of 140th Avenue SE which
includes the Auto Zone, Rite Aid, and 7-11. (Approximately 5 acres)
·The Kindercare Day Care center located along SE Petrovitsky Road. This parcel is
zoned by King County as R-6. (Approximately 1 acre)
·The Nativity Lutheran Church located on 140th Avenue SE. This parcel is zoned
R-24 by King County. (Approximately 5 acres)
·The group of 10 parcels located north of SE Petrovitsky Road and west of 140th
7f. ‐ Community and Economic Development Department recommends
directing the Planning Commission to hold the two required public Page 60 of 206
Don Persson, Council President
Page 9 of 10
August 2, 2010
SE. These parcels were originally developed with fourplexes. Several of them
are being used for businesses such as a chiropractic office and a tattoo shop.
(Approximately 2 acres)
Commercial Office
There are no properties proposed to be prezoned with Renton’s CO zone.
Industrial Light
There are no properties proposed to be prezoned with Renton’s IL zone.
Planning Commission to hold Public Hearings
RCW 35.13.178 states that when prezoning an annexation area, “the legislative body of
a city or town shall hold two or more public hearings. . .” RMC 2-10-3(B) addresses the
issue of Planning Commission holding the required public hearings. It states:
“Authority: The City Council and Mayor have designated the Planning Commission to
function as the public hearing body for many planning related activities of the City. The
Council may, at its discretion, retain this function for any specific project, proposal, or
plan.” This provision specifically authorizes the City Council to designate the Planning
Commission as the body to hold public hearings and receive public testimony.
Pre-annexation zoning is one of the “planning related activities of the City” and as such,
qualifies under this provision to be heard by the Planning Commission.
Additionally, RMC 4-8-070G specifically sets out the parameters of the Planning
Commission’s authority to act, it states that the Planning Commission shall review and
act on the following:
1.Comprehensive Plan: Duties related to the Comprehensive Plan as described in
chapter 2-10 RMC, Planning Commission.
2.Shoreline Master Program Amendments: Recommendations to City Council
regarding Shoreline Master Program Amendments after holding public hearing.
3.Area-Wide Zoning: The Planning Commission, in conducting area land use
analysis, may from time to time recommend to the City Council area-wide
zonings to implement the recommended amendments to the Comprehensive
Plan.
4.Land Use Regulations and Processes: Upon Council request and based upon the
goals and policies of the Comprehensive Plan, recommendations to Council
regarding effective and efficient land use regulations and processes.
Under this, pre-annexation zoning can be viewed both as being related to the City’s
Comprehensive Plan (subsection 1) and certainly as a land use process (subsection 4).
RMC 2-10-3F specifically outlines the functions of the Planning Commission, it states
“Scope Of Review: At the direction or referral by the City Council, the Planning
Commission shall review staff proposals, hold public hearings, and submit
recommendations to the City Council and the Mayor on the adoption of and
amendments to the following:
1.The Comprehensive Plan and new goals and policies.
2.Neighborhood or subarea plans and studies which will amplify and augment the
7f. ‐ Community and Economic Development Department recommends
directing the Planning Commission to hold the two required public Page 61 of 206
Don Persson, Council President
Page 10 of 10
August 2, 2010
Comprehensive Plan. The Commission may conduct periodic planning studies of
homogenous community units, distinctive geographic areas, or other types of
districts having unified interest within the total area of the City which will amplify
and augment the Comprehensive Plan.
3.Shoreline Master Program amendments after holding a public hearing.
4.Land Use Regulations and processes upon Council request.
5.Duties related to Development Regulations and processes as described in RMC
4-8-070.
6.Other land use plans and programs contained in the Commission’s work
program, or referred by the City Council.
7.Short-range programs as necessary for implementation of the Comprehensive
Plan.”
It is important to note that the Planning Commission is merely designated the authority
to hold the public hearing. Holding the public hearing does not authorize the Planning
Commission to act as the legislative body. The City Council is the legislative body and as
such, only the City Council can take legislative action for the City. Thus, it is
recommended that the Planning Commission hold the public hearings on behalf of the
City Council and then make a recommendation to the City Council.
CONCLUSION:
In order to provide the residents of the area with complete information about what their
land use zoning would be if the area annexed to the City, it is recommended that the
area be prezoned. The staff recommendation regarding the specific zoning designations
to be applied in the area are outlined above. It is recommended that the Planning
Commission hold the public hearings in the matter of the prezoning to consider the staff
recommendation, hear the testimony of the public, deliberate the matter, and then
forward a recommendation regarding the prezoning to the Council for its consideration
and final action.
7f. ‐ Community and Economic Development Department recommends
directing the Planning Commission to hold the two required public Page 62 of 206
Attachment B
King County Comprehensive Plan
Designations
7f. ‐ Community and Economic Development Department recommends
directing the Planning Commission to hold the two required public Page 63 of 206
File Name: H:\EDNSP\GIS_projects\complan_amendment\mxds\cpa2008_M04_King_county_current_zoning.mxd
Fairwood Annexation AreaKing County Zoning
o02,200 4,4001,100 Feet
July 21, 2010 1:5,000
King County Zones
R-1
R-4
R-4
R-6
R-6
R-6
R-6
R-18
R-24
CB
O
R-48
Produced by City of Renton (c) 2008, the City of Renton all rights reserved. No warranties of any sort, including but not limited to accuracy, fitness or merchantability, accompany this product.
Alex Pietsch, AdministratorAdriana Johnson, Planning Technician
Department of Community& Economic Development
Attachment C
7f. ‐ Community and Economic Development Department recommends
directing the Planning Commission to hold the two required public Page 64 of 206
Anticipated R-1 - Residential 1du/acreAfter Comprehensive Plan Amendment
R-14
R4
R4
R1
R1
R1
R4
RMF
C
A
R 1 4
R 8
RMFR4
R8
R8
RMF
Lake Young
Shady Lake
Lake Desire
Cedar River
RC
R-8
R-4
R-14
R-1
RMH
RM-F
R-10
SE Petrovitsky Rd
Cedar River Trl
1 4 0 t h A v e S E
SE J o n e s R d
Lake Youngs Trl
1 4 8 t h A v e S E
SE 208th St
SE 192nd St
Renton Maple Valley Rd
S
o
o
s
C
r
e
e
k
T
r
l
SE Fairwood Blvd
SE 179 t h S t
1
4
2
n
d A
v
e
S
E
P a r k s i d e W a y S E
SE 1 7 6 t h St
SE 149th S t
1 2 8 t h A v e S E
140th Way SE
1 3 4 t h A v e S E
1 2 5 t h A v e S E
1 6 1 s t A v e S E
1 3 2 n d P l S E
SE 160th P l
Woodside Dr SE
126th A
ve
S
E
1 2 9 t h P l S E
1 3 3 r d A v e S E
Lake Y
oungs Service Rd
SE 180th St
1 3 6 t h P l S E
1 4 3 r d P l S E
SE 158th St
1 7 4 t h A v e S E
S E 1 5 9 t h P l
184th Pl SE
SE 202nd Pl
1 3 8 t h A v e S E
SE 168th St
SE 151st S t
SE 1 62 nd P l
P
e
d
e
strian W
alk
1
6
6
t
h
P
l
S
E
1 5 6 t h P l S E
SE 184th St
S E 1 8 8 t h W a y
SE 170th St
1 6 3 r d P l S E
SE 1 8 6th WaySE 188th St
SE 171st Pl150th A v e S E
Priva te R d1
6
2
n
d
A
v
e
S
E
A c c e s s R d
1 8 1 s t A v e S ESE 186th Pl
S E 2 1 2 t h P l
1
2
3
r
d
P
l
S
E
1
5
7
t
h
P
l
S
E
P r i v a t e R d
Pedestrian Walk
129th Pl S
E
P r i v a t e R dAccess Rd
Lake Youngs Trl
File Name: CED\Planning\GIS\GIS_projects\annexations\fairwood\mxds\attachmentA_fairwood_prezone_july2010.mxd Attachment A - Fairwood Prezone
July 21, 2010 Fairwood BoundaryCity LimitsPrezoneCA- Commercial ArterialR-1 - Residential 1du/acre
R-4 - Residential 4 du/acreR-8 - Residential 8 du/acreR-14 - Residential 14 du/acreRMF - Residential Multifamily
0 0.60.3 Miles1:30,000 q7f. ‐ Community and Economic Development Department recommends
directing the Planning Commission to hold the two required public Page 65 of 206
CITY OF RENTON COUNCIL AGENDA BILL
Subject/Title:
Golf Course Fee Waiver
Meeting:
Regular Council - 02 Aug 2010
Exhibits:
Letter of request from School District &
Fee Waiver Request Form
Submitting Data: Dept/Div/Board:
Community Services
Staff Contact:
Kelly Beymer, X6617
Recommended Action:
Refer to Finance Committee
Fiscal Impact:
Expenditure Required: $ Transfer Amendment: $
Amount Budgeted: $ Revenue Generated: $
Total Project Budget: $ City Share Total Project: $
SUMMARY OF ACTION:
The Hazen, Lindbergh, Liberty and Renton High School golf teams have requested the use of Maplewood
Golf Course for their 2010-2011 golf season for practices and matches and have the fees waived. The
coaches coordinate their useage and playing times with the Golf Course staff to minimize the impact on
the public. Estimated fee waiver is $11,600. Staff recommends approval of this request.
STAFF RECOMMENDATION:
Approve a golf fee waiver totaling approximately $11,600 for the 2010 golf season for Renton,
Lindbergh, Hazen and Liberty High Schools
7g. ‐ Community Services Department recommends approval of a golf
course fee waiver in the amount of $11,600 for the Renton, Lindbergh,
Page 66 of 206
7g. ‐ Community Services Department recommends approval of a golf
course fee waiver in the amount of $11,600 for the Renton, Lindbergh,
Page 67 of 206
7g. ‐ Community Services Department recommends approval of a golf
course fee waiver in the amount of $11,600 for the Renton, Lindbergh,
Page 68 of 206
7g. ‐ Community Services Department recommends approval of a golf
course fee waiver in the amount of $11,600 for the Renton, Lindbergh,
Page 69 of 206
7g. ‐ Community Services Department recommends approval of a golf
course fee waiver in the amount of $11,600 for the Renton, Lindbergh,
Page 70 of 206
CITY OF RENTON COUNCIL AGENDA BILL
Subject/Title:
Fee Waiver for Riverview Park Shelter
Meeting:
Regular Council - 02 Aug 2010
Exhibits:
Fee Waiver Request
Submitting Data: Dept/Div/Board:
Community Services
Staff Contact:
Kris Stimpson X6713
Recommended Action:
Refer to Finance Committee
Fiscal Impact:
Expenditure Required: $ Transfer Amendment: $
Amount Budgeted: $ Revenue Generated: $
Total Project Budget: $ City Share Total Project: $
SUMMARY OF ACTION:
Eastside Domestic Violence Program is sponsoring a bike run raiser on Sunday, September 19,
2010. They would like to use the shelter at Riverview Park for sign ups and a watering station. EVVP is
a domestic violence service provider in WA and serves all of east and north King County. This group
serves the greater Renton community answering 211 calls and providing shelter space. They
additionally partner to increase awareness around domestic violence and to let people know they are
not along and there is help. The shelter will be used for sign ups for their 'walk' and as a watering
station for participants. The rental fee for all day would be $300.
STAFF RECOMMENDATION:
Approve a $300 fee waiver.request by the EDVP for a shelter at Riverview Park for a bike run fund raiser
7h. ‐ Community Services Department recommends approval of a shelter
rental fee waiver in the amount of $300 for an Eastside Domestic
Page 71 of 206
7h. ‐ Community Services Department recommends approval of a shelter
rental fee waiver in the amount of $300 for an Eastside Domestic
Page 72 of 206
CITY OF RENTON COUNCIL AGENDA BILL
Subject/Title:
West Hill Annexation Election
Meeting:
Regular Council - 02 Aug 2010
Exhibits:
Issue Paper
Resolution
Submitting Data: Dept/Div/Board:
Executive
Staff Contact:
Marty Wine, x6526
Recommended Action:
Refer to Committee of the Whole
Fiscal Impact:
Expenditure Required: $ Transfer Amendment: $
Amount Budgeted: $ Revenue Generated: $
Total Project Budget: $ City Share Total Project: $
SUMMARY OF ACTION:
For an annexation petition by election, RCW 35A.14.050 requires that a city will state its preference for
election to King County within 30 days of the receipt of the Boundary Review Board's decision. For the
West Hill annexation, the decision of whether and when to place the West Hill annexation on the ballot
is now before the City Council for decision by August 12, 2010.
The Administration is recommending not placing the annexation question before West Hill voters on the
basis of the significant estimated financial gap between costs and revenues for operating, capital and
one-time transition costs. Renton has worked over the last year to identify resources and funding that
can be brought to revitalize West Hill and also to phase and plan for costs to make annexation funding
sustainable. Those funding requests continue today with a request to King County for financial
assistance, and could change this recommendation if a pathway for funding can be found prior to
August 12. The city has lobbied for resources to help with annexation in our state and federal
legislative agendas, and has met with community members and several foundations to identify the
funding need and ask for assistance. While the city has preserved funding options from the state sales
tax credit by commencing the West Hill annexation by January 1, 2010 and to allow for the possibility of
funding assistance from our intergovernmental partners, the City's policy stance has been to welcome
areas who want to annex but at the same time the City must maintain service levels to our current
residents. The funding estimates for this area do not meet those conditions; and the combined financial
effect of the Fairwood and West Hill annexation areas' service needs are estimated to create financial
shortfalls for Renton now, and a decade from now, when the sales tax credit expires. From a business
perspective, the annexation proposal is not sustainable and would present very significant financial
challenges on top of service reductions the City has already sustained since 2008 with the economic
downturn.
STAFF RECOMMENDATION:
Approve a resolution declining to place the question of West Hill annexation before voters in the area.
7i. ‐ Executive Department recommends adoption of a resolution
declining to place the issue of West Hill annexation bedfore voters in Page 73 of 206
7i. ‐ Executive Department recommends adoption of a resolution
declining to place the issue of West Hill annexation bedfore voters in Page 74 of 206
!
"# $%& %
'( % ! % % ) *+ , -
! " # $ % & ' '( "
' ) $ ( & ( *
# + !% . / % 0 & % %. % 1 . &
% . %. 2 % % % & 1 . 3 4 % 0 & %
% + 5 ( 3 +6 % 2 % .. % ( & % %
) & & . % +% % % % 2%
( 5 % 2 ) . 2% ) % +% % % &
. ) ) & % 5
,-( ! " " + # , % % . ) % % & % %7
% ! 8 % 9 & 2 % +% ( %22 )
! 8 % 2% ( 3 % +% %5 ! 8 % & .6
& % . 2 . % . % %
) & & %9 % % % % .
% % % . . 2 2 % % % 2
. 5 / , 3 2 % . 0 & % %.
) % 2 ) ) . ! 8 5 # : ) ; % . 2
! 8 2 . < . ) .% . % % 9
% +% ! 8 5 % 2 2 % % = % &
% % % > > ? % % . % +% % %
? % % % %+ . 2 & % +% 5 ?
! 8 % +% % @ % ( ) & @ % &
% 22 % +% % ( 5 .
( ! A, 5 B5 , % A % 2 @ (@ & %
2 5 # 2 & ) &% 3
. 5
2 % % = & 2 &% % 2 %
) % 2 % & % 2 % +% 2 5 %
% 2 . 7 . 2 C 2 @ % ( ) & @ % 5
7i. ‐ Executive Department recommends adoption of a resolution
declining to place the issue of West Hill annexation bedfore voters in Page 75 of 206
%. ,
% 2 % * - ? %
% 2 % * - % ) % % +% 5 # % %
2 2 % % ? % % % & %& 5
! ( + # 2 % . 2 % +% ( % % %
! 8 3 % . ? % % D % % . .% E% %
% . ) 5 % % % % .% % % %
% 62 % 9 2% 22 3 ) ) % E% %
&% ) % +% &% %22 ) 5 ) 2 %
!% . % . ) 2 % . % % % +% 5
% % % ? 2% 2 . % & 22
3 ) % 2 ) % . 5 ( )
22 % . % ) .% % 2% % / % %
( 2 % ) . & & +2% % % %+ % %2 % .
%22 2 % &% 9 ) 2 % . % .
.5 ! %) % 2 % .
% % % +% . % ) %. %5 % % % ? 1 .
% % % % &% 3 % 6 % & %
2 % . ! 8 % +% 5 1 . ? % & 9 &
( . % &% . % % % % +% % ? 5
!(& #+ # % = ( % 1 . %. ) ( 3 %7
2 % % +% % % 5 % % 2 . B % 9 ! 8
% . ) % % ) 2 % 2 2 % ? % & &
% F,< % % % +% ! 8 % % % % 2 &
% % +% ( & < 22 % AF< 22 ) 5 2 ) %
2 3 G 2 % H % . % ) 2
) ) %+ % % % % % 5 ) 6 2 % &
& . 2% . %+ % % % 2% % +2%
% % 2% 9 . 5
. %' + 2 2 % . % ) . % % +% % %
& % ) % 2 & ( % % % +% 6 % .6 5
( 2% & % 9 & ( & + )
) % +% % % % % % % % 2% % )
- ( $! " " ('( $! " / 0 % ( ? 2 % ) %
-0 (% ' $! " - " $( (! !( " 5
% & % 2% + ( 3 + . ) )
% +% % % % )% % % * % 2 2 % . %2
2 . %2 % % % &% % 2% 9 % -5 ' 2 2
% 2 % . % % % % ( %22 ) .
% % 5 # ! 8 ) %22 ) % +%
% % % % ( & % 2 % %9 % +% )
% % A5 * + % & . 2 % . % % 5- ' % %
A % 6 % ) % % %. ) 5 & !
% % % % % . & % 5,< 2 % & 2 )
7i. ‐ Executive Department recommends adoption of a resolution
declining to place the issue of West Hill annexation bedfore voters in Page 76 of 206
%. A ,
. & . ( 3 % %) %. % 5 % % %9 %
% 2 % & % % ) 2 % ) 5 2
& % % % &% % %. ) % 5 /9 &% !%
I / & & 2 ) &% % & ) % 3 2 %
% 2 &% % & 2 % +% 5 % %
( " / & . ) % ? J
% % % %+ % 2 2 % + 2 % %+ AJ
A 2 2 22 % +% 6 % 2 % % 5
%)% % %2 % 5 2 ) %22 + % K 2 % %
% % +% % )% % . 3 % %+ % 5
2 2 6 % $ - - ' ( ) ! 8 % K 5
% ) % % 2 % % . % K=5B .
K 5F % % % % % % +% 5 % % .%2 2 % .
+2 . & ) K, % & . % +% & 22
% %+ / % !% . 5 ( ) . % %
& ) ? 2 % . . 2% 9 % 2 % % 6 %
% % K 5A & ( % . 5 +% 2
6 ) % 2% 9 % % ? 2 2 % 2 )
? 2 2 % % C 2 % % ? 2 C
2 C % ) 2 2 % % ) 2 % . 2 % .
5
' % % .6 ' " $( (! !( 2% 9 % %. %
%22 + % KB5F % % % & ) % 2 % %
% +% &% %22 ) ) 5 % % % + .
% &% % % 2 % 2 . % ! 8 % . . 2% 9 % % % %
% % 5 ( %2 % 2 7 & % )% . . %
% ( % % + %+ ) %. . . % % 2 % . 2 7 5 %
%2 % 2 7 % 2 2 ) % & 2 % 2 6
% +% 5
!%% (# $ . # *4 2 % = -
. ( 1 ( % 23 4
2 % . * 5 -
2 % . ( ) F5
/ % /% %+ L 5A
5 ( .! " 26+74
2 ' * 5 ;-
2 ' ( ) 5B;
('( .! " 28+984
0 % 29+:94
! '
% 9
2;+7<4
* 5==-
7i. ‐ Executive Department recommends adoption of a resolution
declining to place the issue of West Hill annexation bedfore voters in Page 77 of 206
%. B ,
% 2 % J/
/ % !%
*A5 F-
* 5, -
(& + % & . ) ) ! 8 % (
) 5 ' ! 8 & 2 % ' '! % B F< % )
( 2 2 % ; A 5 2% & ) ! 8 & &
2% & & 62 2% % . & & 2 % % 9 % . & 6
2 2% % , % 5 % ) % % % %
) .% ) % % . C ? 2 ) % 22
7% % % 5 . ( = % (- # " ) & 2 )
( ' % ? % % 5 ' I . / ) % 2 )
% ' % & = 6 ' % ) 2 5 1 . &
% ,#> # (, *2 % % - % (# >( (, * ) 2 - (
2 % % % % 5 % !) (, % % % % 2 % % %) 2 %
) % % &% % % 2 2 % .
% % &% % % 5 ' % 2 % . % 2. % 22 % % )
% 2 % . % 2 % 2 ) & 5 %%! # = %
& '% % ) 2 22 ! 8
% % % .6 % . 2 % . % % . 2 5
. = $ (% -# & +2 . & . 2% %
&% % . & 2 .5 %
2 % % % % % ) 9 % 5 '
" & % % ! 8 & % % . % % % & 9
2% % % %2 % ) ) 2 2% % . 2 2% 5
"% ( %% " + % & ! 8 %
( 5 ! 8 2% ( / 5 ( 2 ( %
) % 5 % % % % % ( 3
2 0 & % %. ) % % + 2 % % +%
% % % 2 ) 6 ) ) % % . % +% 5 % ( % %
! 8 % % % % % 2 % ) & 9 2 % 2 % 5 M ) & %
( % % % ) % % % + ! 8
. % ) ) ) 5
0 ) % % % % % % 2% % + . ! 8 %
+ . ( ) % % "% ( ?! $# ' -
@! $ ) $ ( & ( > ! ! ) $ ' " 5
% & . % 2 % & % % .
) 5 % %
· N 2 %22 % % & % % & & % + &
% % . ) ) C
· . % ! 8 & % % . % % )
% % .6 C % % & )
% % . ) % ( ) !
8 % % % + % & % % % ( & % %
% & & % %+ +2 C
7i. ‐ Executive Department recommends adoption of a resolution
declining to place the issue of West Hill annexation bedfore voters in Page 78 of 206
%. , ,
· % 2 % . . & % % %9 %)% %
& ) % % % +% C
"% ( ( %% " ''( & $ ( ! " - ' @! $
) $ ( & ( ( +
( & + % % ) % 2 2 & ) 2
&% % ) ! 8 % % ) % % 2 % +%
2 % 2 % 2 . . % )
% % +% 5 # % % 2 2 % ? % %
% & %& 5 ! % 2 % 2 ) & 9 . %
2 % 9 ) ) %22 % 5 ' & % % 5
& % +2 % ! 8 % 2 % % +% %
) +2 % % % +% & 5 9 & % ) &
% . %9 % +% % % %
% & 2 % % % ) ) % %5
7i. ‐ Executive Department recommends adoption of a resolution
declining to place the issue of West Hill annexation bedfore voters in Page 79 of 206
CITY OF RENTON, WASHINGTON
RESOLUTION NO.
A RESOLUTION OF THE CITY OF RENTON, WASHINGTON, DECLINING TO PUT
THE QUESTION OF ANNEXATION OF THE WEST HILL ANNEXATION AREA ON
THE BALLOT.
WHEREAS, the City of Renton has, within its Potential Annexation Area, unincorporated
territory commonly referred to as the West Hill Annexation Area, which area is contiguous to
the corporate limits of the City; and
WHEREAS, the City was presented with a 10% petition to annex the area known as the
West Hill Annexation Area; and
WHEREAS, the City Council directed the City Clerk to file the petition with the King
County Boundary Review Board for hearing; and
WHEREAS, such hearing was held on June 7, 2010; and
WHEREAS, the King County Boundary Review Board approved the proposed annexation
as submitted, by decision dated July 9, 2010, with the decision being received by the City on
July 12, 2010; and
WHEREAS, the City's 2011-16 Business Plan states the City of Renton's policy to
maintain services to current residents while welcoming annexation areas that desire to become
part of the City; and
WHEREAS, the City must be able to fund municipal services in annexation areas without
reducing levels of service within the current boundaries; and
WHEREAS, the City estimates the proposed cost of ongoing operations to serve the
West Hill Annexation Area to be $11.1 million, and revenues from the area plus state sales
7i. ‐ Executive Department recommends adoption of a resolution
declining to place the issue of West Hill annexation bedfore voters in Page 80 of 206
RESOLUTION NO.
credit funding to total $9.4 million, resulting in a $1.7 million shortfall in the first year after
annexation; and
WHEREAS, the annual gap in operations is expected to grow to over $4 million annually
in the tenth year following annexation when the support from the sales tax credit from the
State of Washington expires; and
WHEREAS, the City further expects one-time transition costs for vehicles, equipment
and to start providing services to be $2.8 million, which the City has not yet identified funding
for; and
WHEREAS, the City has identified to the extent practicable the West Hill Annexation
Area's long-term capital and infrastructure needs for parks, drainage and streets of
approximately $4 million annually that would need to be eventually phased and funded if
annexation was approved by voters; and
WHEREAS, the City has reached out to federal, state, county, and non-profit sources of
funding to partner together to find ways to fund services if annexation was approved without
securing commitments for adequate funding to close the gaps in funding; and
WHEREAS, based on the above financial information the City Administration has
recommended to the Council that the question of annexation for the West Hill Annexation Area
not be put on the ballot; and
WHEREAS, the City is authorized to submit annexations to the voters via election
pursuant to RCW 35A.14.070; and
WHEREAS, the City Council of the City of Renton, Washington, has determined that it
would not be in the best interests and general welfare of the City of Renton to submit to the
7i. ‐ Executive Department recommends adoption of a resolution
declining to place the issue of West Hill annexation bedfore voters in Page 81 of 206
RESOLUTION NO.
voters the question of annexation of the property within the City's established Potential
Annexation Area known as the West Hill Annexation Area;
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF RENTON, WASHINGTON, DOES
RESOLVE AS FOLLOWS:
SECTION I. The above recitals are found to be true and correct in all respects.
SECTION II. In concert with the Administration's recommendation, the question of
annexation of the West Hill Annexation Area should not be placed on the ballot at this time.
PASSED BY THE CITY COUNCIL this day of , 2010.
Bonnie I. Walton, City Clerk
APPROVED BY THE MAYOR this day of , 2010.
Denis Law, Mayor
Approved as to form:
Lawrence J. Warren, City Attorney
RES:1472:7/20/10:scr
7i. ‐ Executive Department recommends adoption of a resolution
declining to place the issue of West Hill annexation bedfore voters in Page 82 of 206
CITY OF RENTON COUNCIL AGENDA BILL
Subject/Title:
Amend Department Title from Finance and
Information Services to Finance and Information
Technology
Meeting:
Regular Council - 02 Aug 2010
Exhibits:
Ordinance
Submitting Data: Dept/Div/Board:
Finance & Information Services
Staff Contact:
Iwen Wang, Administrator
Recommended Action:
Council concur.
Fiscal Impact:
Expenditure Required: $ N/A Transfer Amendment: $N/A
Amount Budgeted: $ N/A Revenue Generated: $N/A
Total Project Budget: $ N/A City Share Total Project: $ N/A
SUMMARY OF ACTION:
The proposed ordinance will change the title of "Information Services" (IS) division to "Information Technology" (IT) to
better reflect the nature and functionality of the division.
As the information technology industry has changed greatly over the past two decades, the nature and functionality of
this internal support division has also changed significantly. In the late 80's and early 90's, the computing
power resides in mainframe or mini computers that reside in a centrally operated IS division. The function of the
traditional IS services focused on very few core systems, such as financial management systems, providing data
input, report generation, and centralized data analysis.
With the increased power of personal computers and the improved computing literacy of personnel using these
systems, users today have more control over their data, able to design and generate their own reports, and process
many analysis with office productivity tools such as Excel and Access on their desktop/laptop computers. Therefore
the function of today's IT services focuses on providing the infrastructure, tools, and software for users to access data
and compile their own reports and generate information to meet their own needs. The name "Information Technology"
better reflects the evolution of the Division's role from providing data processing and information to providing the
technologies behind the information.
STAFF RECOMMENDATION:
Adopt Ordinance amending Finance and Information Services to Finance and Information Technology.
7j. ‐ Finance and Information Services Department requests approval to
change the department title to the Finance and Information Technology Page 83 of 206
7j. ‐ Finance and Information Services Department requests approval to
change the department title to the Finance and Information Technology Page 84 of 206
CITY OF RENTON COUNCIL AGENDA BILL
Subject/Title:
Washington State Military Department and
Department of Homeland Security Emergency
Management Performance Grant (EMPG) E10-316
Meeting:
Regular Council - 02 Aug 2010
Exhibits:
Issue Paper
2010 EMPG Contract E10-316
2010 EMPG Contract E10-316 Amendment A
2010 EMPG Signature Authorization Form
Submitting Data: Dept/Div/Board:
Fire & Emergency Services
Staff Contact:
Deborah Needham
Recommended Action:
Council Concur
Fiscal Impact:
Expenditure Required: $ 121,546 Transfer Amendment: $
Amount Budgeted: $ Revenue Generated: $121,546
Total Project Budget: $ City Share Total Project: $
SUMMARY OF ACTION:
The purpose of the Emergency Management Performance Grant (EMPG) is to assist the development,
maintenance and improvement of local emergency management programs. The EMPG provides
supplemental funding to support the key components of a comprehensive national emergency
management system for disasters and emergencies that may result from natural disasters or accidental
or man-caused events. Grant funds will be expended during FFY 2010, per requirements of the EMPG.
STAFF RECOMMENDATION:
Authorize the Mayor and City Clerk to sign the Washington State Military Department and the
Department of Homeland Security Emergency Management Performance Grant (EMPG) Contract #E10-
316 in the amount of $121,546.00, corresponding amendment and signature authorization form.
7k. ‐ Fire and Emergency Services Department recommends approval of
an agreement with the Washington State Military Department to accept Page 85 of 206
7k. ‐ Fire and Emergency Services Department recommends approval of
an agreement with the Washington State Military Department to accept Page 86 of 206
DHS-FEMA-EMPG-FFY 10 Page 1 of 21 City of Renton Fire and Emergency Services Department
E10-316
Washington State Military Department
CONTRACT FACE SHEET
1. Contractor Name and Address:
City of Renton
Fire and Emergency Services Department
1055 South Grady Way
Renton, WA 98057
2. Contract Amount:
$121,546
3. Contract Number
E10-316
4. Contractor’s Contact Person, phone number:
Kelly Carey, (425) 430-7053
kcarey@rentonwa.gov
5. Contract Start Date:
October 1, 2009
6. Contract End Date:
March 31, 2011
7. MD Program Manager/phone number:
Charma Anderson, (253) 512-7064
c.anderson@emd.wa.gov
8. Data Universal Numbering System
(DUNS #): 092278894
9. UBI # (state revenue):
177-000-094
10. Funding Authority:
Washington State Military Department (Department) and the U.S. Department of Homeland Security (DHS)
11. Funding Source Agreement #:
2010-EP-EO-0027
12. Program Index # & OBJ/SUB-OJ
703PT NZ
13. CFDA # & Title:
97.042 EMPG
14. TIN or SSN:
91-6001271
15. Service Districts:
(BY LEGISLATIVE DISTRICT): 5,11,37,41,47
(BY CONGRESSIONAL DISTRICT): 7,8,9
16. Service Area by County(ies):
King County
17. Women/Minority-Owned, State
Certified?: X N/A NO YES, OMWBE #_________
18. Contract Classification:
Personal Services Client Services X Public/Local Gov’t
Collaborative Research A/E Other________
19. Contract Type (check all that apply): X Contract Grant Agreement
Intergovernmental (RCW 39.34) Interagency
20. Contractor Selection Process: X “To all who apply & qualify” Competitive Bidding
Sole Source A/E RCW N/A
Filed w/OFM? Advertised? YES NO _______
21. Contractor Type (check all that apply)
Private Organization/Individual For-Profit X Public Organization/Jurisdiction X Non-Profit
VENDOR X SUBRECIPIENT OTHER
22. Brief Description:
Provide U.S. Department of Homeland Security (DHS)/Federal Emergency Management Agency (FEMA) Emergency
Management Performance Grant (EMPG) funds to local jurisdictions and tribes with emergency management programs.
The purpose of the funding is to support and enhance day-to-day emergency management operations.
IN WITNESS WHEREOF, the Department and Contractor acknowledge and accept the terms of this contract and attachments
hereto and have executed this contract as of the date and year written below. This Contract Face Sheet, Special T erms and
Conditions, General Terms and Conditions (Exhibit A), Statement of Work (Exhibit B) and Budget (Exhibit C) and the attached
Contractor’s Scope of Work (Attachment A) govern the rights and obligations of both parties to this contract.
In the event of an inconsistency in this contract, 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) Statement of Work
(c) Special Terms and Conditions
(d) General Terms and Conditions, and if attached,
(e) Any other provisions of the contract incorporated by reference.
This contract contains all the terms and conditions agreed upon by the parties. No other understandings, oral or otherwise,
regarding the subject matter of this contract shall be deemed to exist or to bind any of the parties hereto.
WHEREAS, the parties hereto have executed this contract on the day and year last specified below.
FOR THE DEPARTMENT:
_____________________________________________
Signature Date
James M. Mullen, Director
Emergency Management Division
Washington State Military Department
APPROVED AS TO FORM:
Brian E. Buchholz (signature on file) 3/12/2010
Assistant Attorney General
FOR THE CONTRACTOR:
__________________________________________
Signature Date
Denis Law, Mayor
for
City of Renton Fire and Emergency Services Department
Attest: _____________________________________
Bonnie Walton, City Clerk
Form 10/27/00 kdb
7k. ‐ Fire and Emergency Services Department recommends approval of
an agreement with the Washington State Military Department to accept Page 87 of 206
DHS-FEMA-EMPG-FFY 10 Page 2 of 21 City of Renton Fire and Emergency Services Department
E10-316
SPECIAL TERMS AND CONDITIONS
ARTICLE I -- COMPENSATION SCHEDULE:
This is a fixed price, reimbursement contract. Within the total contract amount, travel, subcontracts, salaries
and wages, benefits, printing, equipment, and other goods and services or other budget categories will be
reimbursed on an actual cost basis unless otherwise provided in this contract. Any travel or subsistence
reimbursement allowed under the contract shall be paid in accordance with rates set pursuant to RCW
43.03.050 and RCW 43.03.060 as now existing or amended and in agreement with federal rates. Receipts
and/or backup documentation for any approved budget line items including travel related expenses that are
authorized under this contract must be maintained by the Contractor and be made available upon request by
the Military Department.
Cumulative changes to budget categories in excess of 10% of the contract award will not be reimburs ed
without the prior written authorization from the Department. Budget categories are as specified or defined in
the budget sheet of the contract.
ARTICLE II -- REPORTS:
In addition to the reports as may be required elsewhere in this contract, the Contr actor shall prepare and
submit the following reports to the Department’s Key Personnel:
Financial #/Copies Due Date
Invoices 1 Within 30 days after the end of the period
in which the work was performed.
Invoices must be submitted no more often than monthly and it is recommended that invoices be submitted at
least bi-annually.
Final Invoice 1 No later than 45 days following the
(shall not exceed overall contract amount) contract end date
Program #/Copies Due Date
Midterm Report Electronic July 15, 2010
Final Report Electronic No later than 45 days following
the contract end date
The Midterm Report and the Final Report will be submitted by email to the EMPG Program Assistant.
Failure to meet all of the reporting and invoicing deadlines will prohibit the Contractor from being reimbursed
and will prevent vetting of equipment requests while contract requirements are outstanding.
All contract work must end on the contract end date, including receipt of supplies and equipment, however the
Contractor has up to 45 days after the contract end date to submit all final reports, invoices, and/or
deliverables.
ARTICLE III -- KEY PERSONNEL:
The individuals listed below shall be considered key personnel. Any substitution must be made by written
notification to the Military Department.
CONTRACTOR: MILITARY DEPARTMENT:
Name Kelly Carey Name Charma Anderson
Title Administrative Secretary I Title EMPG Program Manager
E-Mail kcarey@rentonwa.gov E-Mail c.anderson@emd.wa.gov
Phone (425) 430-7053 Phone (253)512-7064
Name Sierra Wardell
Title EMPG Program Coordinator
E-Mail s.wardell@emd.wa.gov
Phone (253) 512-7121
Name Charles Tomala
Title EMPG Program Assistant
E-Mail c.tomala@emd.wa.gov
Phone (253) 512-7470
7k. ‐ Fire and Emergency Services Department recommends approval of
an agreement with the Washington State Military Department to accept Page 88 of 206
DHS-FEMA-EMPG-FFY 10 Page 3 of 21 City of Renton Fire and Emergency Services Department
E10-316
ARTICLE IV -- ADMINISTRATIVE REQUIREMENTS:
The Contractor shall comply with all financial and procurement guidance, applicable laws and regulations,
including competitive processes and other procurement requirements. A non-exclusive list of regulations
commonly applicable to DHS grants is:
1. Administrative Requirements: 44 CFR Part 13, Uniform Administrative Requirements for Grants and
Cooperative Agreements to State and Local Governments; 2 CFR Part 215, Uniform Administrative
Requirements for Grants and Agreements with Institutions of Higher Education, Hospitals, and Other Non-
Profit Organizations (formerly OMB Circular A-110).
2. Cost Principles: 2 CFR Part 225, Cost Principles for State, Local, and Indian tribal Governments (formerly
OMB Circular A-87); 2 CFR Part 220, Cost Principles for Educational Institutions (formerly OMB Circular A-
21); 2 CFR Part 230, Cost Principles for Non-Profit Organizations (formerly OMB Circular A-122) and
Federal Acquisition Regulations (FAR), Part 31.2 Contract Cost Principles and Procedures, Contracts with
Commercial Organizations.
3. Audit Requirements: OMB Circular A-133, Audits of States, Local Governments, and Non-Profit
Organizations.
4. Duplication of Benefits: There may not be a duplication of any Federal assistance, per 2 CFR Part 225,
Basic Guidelines Section C.3 (c), which states: Any cost allocable to a particular Federal award or cost
objective under the principles provided for in this Authority may not be charged to other Federal awards to
overcome fund deficiencies, to avoid restrictions imposed by law or terms of the Federal awards, or for
other reasons. However, this prohibition would not preclude governmental units from shifting costs that are
allowable under two or more awards in accordance with existing program agreements. Non-governmental
entities are also subject to this prohibition per 2 CFR Parts 220 and 230 and FAR Part 31.2.
ARTICLE V -- ADDITIONAL SPECIAL CONDITIONS AND MODIFICATION TO GENERAL CONDITIONS:
1. Funds are provided by the U.S. Department of Homeland Security (DHS), Federal Emergency Management
Agency (FEMA) solely for the use of supporting emergency management programs as provided by the
Emergency Management Performance Grant (EMPG). Funding may not be used to replace or supplant
existing local or tribal government funding of emergency management programs.
2. The Contractor shall provide a match of $121,546 of non-federal origin. Match (cost share) may be cash or
in-kind. The grantee contributions must be reasonable, allowable, allocable and necessary under the grant
program and must comply with all Federal requirements and regulations.
3. The Contractor acknowledges that since this contract involves federal funding, the period of performance
described herein will likely begin prior to the availability of appropriated federal funds. The Contractor
agrees that it will not hold the Department, the State of Washington, or the United States liable for any
damages, claim for reimbursement, or any type of payment whatsoever for services performed under this
contract prior to distribution of appropriated federal funds.
The Contractor agrees that it will not hold the Department, the State of Washington, or the United States
liable for any damages, claim for reimbursement or any type of payment if federal funds are not
appropriated or are not appropriated in a particular amount.
4. The Contractor agrees that in order to receive Federal Fiscal Year 2010 (FFY10) federal preparedness
funding, to include EMPG, the National Incident Management System (NIMS) compliance requirements for
2010 must be met. Applicants will be required to certify as part of their FFY10 EMPG applications that they
have met the FFY09 NIMS requirements and will meet the FFY10 NIMS requirements.
The NIMS Integration Center (NIC) web page, http://www.fema.gov/emergency/nims/index.shtm, is
updated regularly with information about the NIMS. The website can also be used as a useful tool to
determine the extent to which the jurisdiction is already compliant, as well as identify the NIMS
requirements the jurisdiction has not yet met.
5. Grant funds may not be used to replace or supplant existing funding.
7k. ‐ Fire and Emergency Services Department recommends approval of
an agreement with the Washington State Military Department to accept Page 89 of 206
DHS-FEMA-EMPG-FFY 10 Page 4 of 21 City of Renton Fire and Emergency Services Department
E10-316
ARTICLE VI – PROCUREMENT AND FINANCIAL MANAGEMENT:
1. All sole source contracts over $100,000 must be reviewed and approved by the Department prior to
execution of a contract. This requirement must be passed on to all of the Contractor’s subcontractors, at
which point the Contractor will be responsible for reviewing and approving their subcontractors’ sole
source justifications.
2. All contracts with individual consultants that are not competitively bid, and where the consultant will be
charging an excess of $450 per day (excluding travel and subsistence) must be approved by the
Department before the contract is executed. This requirement must be passed on to all of the
Contractor’s subcontractors, at which point the Contractor will be responsible f or reviewing and approving
their subcontractors’ contract.
3. No costs will be reimbursed in advance of their being incurred by the Contractor.
4. No costs will be reimbursed until the items have been received by the Contractor and invoiced by the
vendor.
5. Each A-19 will be accompanied by a spreadsheet detailing the expenditures. Related financial documents
and invoices must be kept on file by the Contractor and be made available upon request to the
Department, and local, state, or federal auditors.
6. Requests for reimbursement of equipment purchases will include a copy of the vendor’s invoice and
packing slip or a statement signed and dated by the Contractor’s authorized representative that states “all
items invoiced have been received in good working order, are operational, and have been inventoried
according to contract and local procurement requirements”.
7. No travel or subsistence costs, including lodging and meals, reimbursed with federal funds may exceed
federal maximum rates which can be found at http://www.gsa.gov.
ARTICLE VII – EQUIPMENT MANAGEMENT:
All equipment purchased under this contract, by the Contractor or a Subcontractor, will be recorded and
maintained in the Contractor’s equipment inventory system.
1. Upon successful completion of the terms of this contract, all equipment purchased through this contract
will be owned by the Contractor, or a recognized sub-contractor/sub-grantee for which a contract, sub-
grant agreement, or other means of legal transfer of ownership is in place.
2. The Contractor, or a recognized sub-contractor/sub-grantee, shall be responsible for any and all operation
and maintenance expenses and for the safe operation of their equipment including all questions of liability.
3. The Contractor shall maintain equipment records that include: a description of the property; the
manufacturer’s serial number, model number, or other identification number; the source of the equipment,
including the Catalog of Federal Domestic Assistance (CFDA) number; who holds title; the acquisition
date; the cost of the equipment and the percentage of Federal participation in the cost; the location, use
and condition of the equipment at the date the information was reported; and disposition data including the
date of disposal and sale price of the property.
4. Records for equipment shall be retained by the Contractor for a period of six years from the date of the
disposition, replacement or transfer. If any litigation, claim, or audit is started before the expiration of the
six year period, the records shall be retained by the Contractor until all litigations, claims, or audit findings
involving the records have been resolved.
5. The Contractor shall take a physical inventory of the equipment and reconcile the results with the property
records at least once every two years. Any differences between quantities determined by the physical
inspection and those shown in the records shall be investigated by the Contractor to determine the cause
of the difference. The Contractor shall, in connection with the inventory, verify the existence, current
utilization, and continued need for the equipment.
6. The Contractor shall develop a control system to ensure adequate safeguards to prevent loss, damage,
and theft of the property. Any loss, damage or theft shall be investigated and a report generated.
7k. ‐ Fire and Emergency Services Department recommends approval of
an agreement with the Washington State Military Department to accept Page 90 of 206
DHS-FEMA-EMPG-FFY 10 Page 5 of 21 City of Renton Fire and Emergency Services Department
E10-316
7. The Contractor will develop adequate maintenance procedures to keep the property in good condition.
8. If the Contractor is authorized or required to sell the property, proper sales procedures must be
established to ensure the highest possible return.
9. When original or replacement equipment is no longer needed for the original project or program or for
other activities currently or previously supported by a Federal agency, disposition of the equipment will be
made as follows:
a. Items of equipment with a current per-unit fair market value of less than $5,000 may be retained, sold
or otherwise disposed of by the Contractor with no further obligation to the awarding agency.
b. Items of equipment with a current per-unit fair market value of more than $5,000 may be retained or
sold and the Contractor shall compensate the Federal-sponsoring agency for its share.
10. As a subrecipient of federal funds the Contractor must pass on equipment management requirements that
meet or exceed the requirements outlined above for all sub-contractors, consultants, and subrecipients
who receive pass-through funding from this contract.
ARTICLE VIII – SUBRECIPIENT MONITORING:
The Department will monitor the activities of the Contractor from award to closeout and for the life of equipment
purchased under this contract. The goal of the Department’s monitoring activities will be to ensure that
agencies receiving federal pass-through funds are in compliance with federal and state audit requirements,
federal grant guidance, and applicable federal and state financial regulations, as well as OMB Circular A-133,
Audits of States, Local Governments and Non-Profit Organizations.
Monitoring activities may include:
review of performance reports;
monitoring and document the completion of contract deliverables;
documentation of phone calls, meetings, e-mails and correspondence;
review of reimbursement requests to ensure allowability and consistency with contract budget;
observation and documentation of contract related activities, such as exercises, training, funded events
and equipment demonstrations;
on-site visits to review equipment records and inventories, to verify source documentation for
reimbursement requests and performance reports, and to verify completion of deliverables.
As a subrecipient of federal funds, the Contractor is required to meet or exceed the monitoring activities, as
outlined above, for all subcontractors, consultants, and subrecipients who receive pass-through funding from
this contract.
ARTICLE IX– ENVIRONMENTAL AND HISTORIC PRESERVATION:
The Contractor shall ensure full compliance with FEMA’s Environmental and Historic Preservation (EHP)
Program. Information about these requirements can be found on pages 28-30 of the EMPG FFY10 Program
Guidance located at http://www.fema.gov/pdf/government/grant/2010/fy10_empg_kit.pdf or on FEMA’s website
at http://www.fema.gov/plan/ehp/ehp-applicant-help.shtm.
The Contractor agrees that to receive any federal preparedness funding, all Environmental and Historical
Protection (EHP) Program compliance requirements outlined in applicable guidance must be met. The
Contractor is advised that any project with the potential to impact natural or biological resources or historic
properties, including but not limited to, communication towers, physical security enhancements, new
construction, renovation, or modification to buildings or structures, cannot be initiated until FEMA has
completed the required EHP review. All other projects, including training and exercise activities, must be
evaluated to determine impact. If impact is identified they must also go through an EHP review.
7k. ‐ Fire and Emergency Services Department recommends approval of
an agreement with the Washington State Military Department to accept Page 91 of 206
DHS-FEMA-EMPG-FFY 10 Page 6 of 21 City of Renton Fire and Emergency Services Department
E10-316
Exhibit A Subrecipient
Washington Military Department
GENERAL TERMS AND CONDITIONS
1. DEFINITIONS
As used throughout this contract, the following terms shall have the meaning set forth below:
a. "Department" shall mean the Washington Military Department, as a state agency, any division,
section, office, unit or other entity of the Department, or any of the officers or other officials
lawfully representing that Department.
b. "Contractor" shall mean that firm, organization, group, individual, or other entity performing
services under this contract, and shall include all employees of the Contractor. It shall include
any subcontractor retained by the prime Contractor as permitted under the terms of this
contract. "Contractor" shall be further defined as one or the other of the following and so
indicated on face sheet of the contract.
1) "Subrecipient" shall mean a contractor that operates a federal or state assistance
program for which it receives federal funds and which has the authority to determine
both the services rendered and disposition of program funds.
2) "Vendor" shall mean a contractor that agrees to provide the amount and kind of service
or activity requested by the Department and that agrees to provide goods or services to
be utilized by the Department.
c. "Subcontractor" shall mean one, not in the employment of the Contractor, who is performing all
or part of those services under this contract under a separate contract with the Contractor. The
terms "subcontractor" and "subcontractors" mean subcontractor(s) in any tier.
d. “Recipient”– a nonfederal entity that expends federal awards received directly from a federal
awarding agency to carry out a federal program.
e. “Pass-Through Entity” means the Washington State Military Department as it is applied to this
contract. As found in SAAM 50.30.30 – “A nonfederal entity that provides a federal award to a
subrecipient to carry out a federal program.”
f. “Nonfederal Entity” is defined as a state local government or nonprofit organization (as
defined in federal Circular A-133).
g. "Cognizant State Agency" shall mean a state agency that has assumed the responsibility of
implementing single audit requirements and coordinating audit follow-up for a particular grantee
by virtue of providing the majority of federal assistance. If funds are received from more than
one state agency, the cognizant state agency shall be the agency who contributes the largest
portion of federal financial assistance to the subrecipient unless the designation has been
reassigned to a different state agency by mutual agreement.
h. “Federal Financial Assistance” – Assistance that nonfederal entities receive or administer in
the form of grants, loans, loan guarantees, property (including donated surplus property),
cooperative agreements, interest subsidies, insurance, food commodities, direct appropriations
or other assistance. It does not include amounts received for provision of vendor services to
federal agencies or reimbursement for services rendered directly to individuals.
i. “Grant” - For the purposes herein, the term “grant” may be used to mean “contracts” or “grants”
or “agreements”.
j. “CFDA Number” – The five-digit number assigned to a federal assistance program in the
federal Catalog of Federal Domestic Assistance (CFDA) or, in the absence of a catalog defined
number, the number defined by instructions from the federal audit clearinghouse.
k. “CFR” – Code of Federal Regulations
l. “OMB” – Office of Management and Budget
m. “RCW” - Revised Code of Washington
n "WAC" - Washington Administrative Code.
7k. ‐ Fire and Emergency Services Department recommends approval of
an agreement with the Washington State Military Department to accept Page 92 of 206
DHS-FEMA-EMPG-FFY 10 Page 7 of 21 City of Renton Fire and Emergency Services Department
E10-316
2. SUBRECIPIENT MONITORING
a. The Department, as a Recipient and/or Pass-Through Entity, receives federal financial
assistance under federal programs and is charged with maintaining compliance with federal
and state laws and regulations regarding the monitoring, documentation, and monitoring of
subrecipient grant activities using federal financial assistance. Management and
implementation guidelines for the federal programs ensure compliance with statutes, grant
guidelines, the sub-award agreement, Office of Management and Budget (OMB) circulars
(including OMB Circular A-133), subrecipient audits, and other guidance found in the Federal
Register. The Department shall adhere to its Subrecipient Monitoring Policy (Finance Policy
02-006-06) and the Subrecipient Monitoring Procedures (Finance Procedure 02-006-06).
b. The Contractor shall perform under the terms of the contract and the Department has
responsibility for reasonable and necessary monitoring of the Contractor’s performance. The
Department shall conduct contract monitoring activities on a regular basis. Monitoring is defined
as any planned, ongoing, or periodic activity that measures and reasonable assurance of
contractor compliance with the terms, conditions, and requirements of a contract.
Monitoring involves prudent collection of information about Contractor operations and is not
limited to site visits or the completion of formal reviews. Monitoring may include periodic
contractor reporting to the Department, Department review of audit reports, invoice reviews,
onsite reviews and observations, and surveys. Adequate documentation is essential for
effective contract monitoring and will include copies of letters, meeting n otes, and records of
phone conversations as evidence that conscientious monitoring has occurred during the period
of the contract. Subrecipient monitoring will occur throughout the year rather than relying solely
on a once-a-year audit. The Contractor agrees to cooperate with all monitoring activities and to
comply with reporting requirements.
The Department as the Recipient and/or Pass-Through Entity will conduct on-site visits as
appropriate and required by contract for “for-profit” subrecipients, since the A-133 Single
Audit does not apply to “for-profit” organizations.
3. RECORDS, MONITORING AND AUDIT ACCESS
a. The Contractor shall cooperate with and fully participate in all monitoring or evaluation activities
that are pertinent to this contract.
b. Access to public records-The Contractor acknowledges that the Department is subject to the
Public Records Act, Chapter 42.56 RCW, and that records prepared, owned, used or retained
by the Department relating to the conduct of government or the performance of any
governmental or proprietary function are available for public inspection and copying, except as
exempt under RCW 42.56 or other statute which exempts or prohibits disclosure of specific
information or records.
c. The Contractor shall maintain all books, records, documents, data, and other evidence relating
to this contract and the provision of any materials, supplies, services and/or equipment under
this contract herein, including, but not limited to, records of accounting procedures and practices
that sufficiently and properly reflect all direct and indirect costs of any nature expended in the
performance of this contract. At no additional cost, these records, including materials generated
under the contract, shall be subject at all reasonable times to inspection, review and audit by
personnel duly authorized by the Department, the Washington State Auditor’s Office, and
federal officials so authorized by law, rule, regulation, or contract. The Contractor will retain all
books, records, documents, and other materials relevant to this contract and make them
available for inspection, review or audit for six (6) years from the end date of this contract, date
of final payment or conclusion of services performed under this contractor, whichever is later. If
any litigation, claim or audit is started before the expiration of the six (6) year period, the records
shall be retained until final resolution of all litigation, claims, or audit findings involving the
records.
7k. ‐ Fire and Emergency Services Department recommends approval of
an agreement with the Washington State Military Department to accept Page 93 of 206
DHS-FEMA-EMPG-FFY 10 Page 8 of 21 City of Renton Fire and Emergency Services Department
E10-316
d. Contractor shall provide right of access to its facilities and records to the Department and any
other authorized agent or official of the state of Washington or the federal government, at all
reasonable times, in order to monitor and evaluate performance, compliance, and/or quality
assurance under this contract.
4. SINGLE AUDIT ACT REQUIREMENTS (INCLUDING ALL AMENDMENTS)
Non-federal entities as subrecipients that expend $500,000 or more in one fiscal year of federal funds
from all sources, direct and indirect, are required to have a single or a program-specific audit conducted
in accordance with the Office of Management and Budget (OMB) Circular A-133-Audits of States, Local
Governments, and Non-Profit Organizations (revised June 27, 2003, effective for fiscal years ending
after December 31, 2003). Non-federal entities that spend less than $500,000 a year in federal awards
are exempt from federal audit requirements for that year, except as noted in Circular No. A-133.
Circular A-133 is available on the OMB Home Page at http://www.omb.gov and then select “Grants
Management” followed by “Circulars”.
Contractors required to have an audit must ensure the audit is performed in accordance with Generally
Accepted Auditing Standards (GAAS) as found in the Government Auditing Standards (the Revised
Yellow Book) developed by the Comptroller General and the OMB Compliance Supplement. The
Contractor has the responsibility of notifying the Washington State Auditor’s Office and requesting an
audit. Costs of the audit may be an allowable grant expenditure.
The Contractor shall maintain auditable records and accounts so as to facilitate the audit requirement
and shall ensure that any subcontractors also maintain auditable records.
The Contractor is responsible for any audit exceptions incurred by its own organization or that of its
subcontractors. Responses to any unresolved management findings and disallowed or questioned
costs shall be included with the audit report. The Contractor must respond to Department requests f or
information or corrective action concerning audit issues or findings within 30 days of the date of
request. The Department reserves the right to recover from the Contractor all disallowed costs
resulting from the audit.
Once the single audit has been completed, the Contractor must send a full copy of the audit to the
Department and a letter stating there were no findings, or if there were findings, the letter should
provide a list of the findings. The Contractor must send the audit and the letter no la ter than nine (9)
months after the end of the Contractor’s fiscal year(s) to:
Accounting Manager
Washington Military Department
Finance Division, Building #1 TA-20
Camp Murray, WA 98430-5032
In addition to sending a copy of the audit, the Contractor must include a corrective action plan for any
audit findings and a copy of the management letter if one was received.
The Contractor shall include the above audit requirements in any subcontracts.
5. RECAPTURE PROVISIONS
In the event that the Contractor fails to expend funds under this contract in accordance with applicable
state and federal laws and/or the provisions of this contract, the Department reserves the right to
recapture funds in an amount equivalent to the extent of the noncompliance in addition to any other
remedies available at law or in equity.
Such right of recapture shall exist for a period not to exceed six (6) years following contract termination
or audit resolution, whichever is later. Repayment by the Contractor of funds under this recapture
provision shall occur within 30 days of demand. The Department is required to institute legal
proceedings to enforce the recapture provision.
6. COMPLIANCE WITH APPLICABLE LAW
The Contractor and all subcontractors shall comply with all applicable federal, state, tribal government,
and local laws, regulations, and policies.
7k. ‐ Fire and Emergency Services Department recommends approval of
an agreement with the Washington State Military Department to accept Page 94 of 206
DHS-FEMA-EMPG-FFY 10 Page 9 of 21 City of Renton Fire and Emergency Services Department
E10-316
This obligation includes, but is not limited to, compliance with Ethics in Public Service (RCW 42.52);
Covenant Against Contingent Fees (48 C.F.R. § 52.203-5); Public Records Act (RCW 42.56); Drug-
Free Workplace Act of 1988 (41 U.S.C. § 701 et seq. and 15 C.F.R. Part 29); Lobbying Restrictions (31
U.S.C. § 1352 and 15 C.F.R. Part 28); and safety and health regulations. The Department is not
responsible for advising the Contractor about, or determining the Contractor’s compliance with,
applicable laws, regulations and policies.
In the event of the Contractor’s or a subcontractor’s noncompliance or refusal to comply with any
applicable law, regulation or policy, the Department may rescind, cancel, or terminate the contract in
whole or in part. The Contractor is responsible for any and all costs or liability arising from the
Contractor’s failure to comply with applicable law, regulation or policy.
7. NONDISCRIMINATION
During the performance of this contract, the Contractor shall comply with all federal and state
nondiscrimination statutes and regulations. These requirements include, but are not limited to:
a. Nondiscrimination in Employment: The Contractor shall not discriminate against any employee
or applicant for employment because of race, color, sex, sexual orientation, religion, national
origin, creed, marital status, age, Vietnam era or disabled veterans status, or the presence of
any sensory, mental, or physical handicap. Such action shall include, but not be limited to, the
following: Employment, upgrading, demotion, or transfer, recruitment or recruitment selection
for training, including apprenticeships and volunteers. This requirement does not apply,
however, to a religious corporation, association, educational institution or society with respect to
the employment of individuals of a particular religion to perform work connected with the
carrying on by such corporation, association, educational institution or society of its activities.
b. Nondiscrimination laws and policies (such as RCW 49.60, Washington’s Law Against
Discrimination, and Title VII of the Civil Rights Act).
8. AMERICANS WITH DISABILITIES ACT (ADA) OF 1990, PUBLIC LAW 101-336, 42 U.S.C. § 12101
et seq. and 28 C.F.R Part 35 and other implementing regulations. The Contractor must comply with the
ADA, which provides comprehensive civil rights protection to individuals with disabilities in the areas of
employment, public accommodations, state and local government services, and telecommunication.
9. UTILIZATION OF MINORITY AND WOMEN BUSINESS ENTERPRISES (MWBE)
The Contractor is encouraged to utilize firms that are certified by the Washington State Office of
Minority and Women’s Business Enterprises as minority-owned and/or women-owned in carrying out
the purposes of this contract.
10. PUBLICITY
The Contractor agrees to submit to the Department all advertising and publicity relating to this contract
wherein the Department’s name is mentioned or language used from which the connection of the
Department’s name may, in the Department’s judgment, be inferred or implied. The Contractor agrees
not to publish or use such advertising and publicity without the prior written consent of the Department.
11. DISCLOSURE
The use or disclosure by any party of any information concerning the Department for any purpose not
directly connected with the administration of the Department's or the Contractor's responsibilities with
respect to services provided under this contract is prohibited except by prior written consent of the
Department or as required to comply with the Public Records Act or court order.
12. CERTIFICATION REGARDING DEBARMENT SUSPENSION OR INELIGIBILITY
If federal funds are the basis for this contract, the Contractor certifies that neither the Contractor nor its
principals are presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from participating in this contract by any federal department or agency. If
requested by the Department, the Contractor shall complete and sign a Certification Regarding
Debarment, Suspension, Ineligibility, and Voluntary Exclusion form. Any such form completed by the
Contractor for this Contract shall be incorporated into this Contract by reference.
7k. ‐ Fire and Emergency Services Department recommends approval of
an agreement with the Washington State Military Department to accept Page 95 of 206
DHS-FEMA-EMPG-FFY 10 Page 10 of 21 City of Renton Fire and Emergency Services Department
E10-316
Further, the Contractor agrees not to enter into any arrangements or contracts related to this grant with
any party that is on the “General Service Administration List of Parties Excluded from Federal
Procurement or Non-procurement Programs” which can be found at www.epls.gov.
13. LIMITATION OF AUTHORITY -- "Authorized Signature"
The signatories to this contract represent that they have the authority to bind their respective
organizations to this contract. Only the assigned Authorized Signature for each party, or the assigned
delegate by writing prior to action, shall have the express, implied, or apparent authority to alter,
amend, modify, or waive any clause or condition of this contract. Furthermore, any alteration,
amendment, modification, or waiver of any clause or condition of this contract is not effective or binding
unless made in writing and signed by the Authorized Signature(s).
14. CONTRACTOR NOT EMPLOYEE – INDEPENDENT STATUS OF CONTRACTOR
The parties intend that an independent contractor relationship will be created by this contract. The
Contractor and/or employees or agents performing under this contract are not employees or agents of
the Department in any manner whatsoever, and will not be presented as nor claim to be officers or
employees of the Department or of the State of Washington by reason hereof, nor will the Contractor
and/or employees or agents performing under this contract make any claim, demand, or application to
or for any right, privilege or benefit applicable to an officer or employee of the Department or of the
State of Washington, including, but not limited to, Worker's Compensation coverage, unemployment
insurance benefits, social security benefits, retirement membership or credit, or privilege or benefit
which would accrue to a civil service employee under Chapter 41.06 RCW.
It is understood that if the Contractor is another state department, state agency, state university, state
college, state community college, state board, or state commission, that the officers and employees are
employed by the state of Washington in their own right.
If the Contractor is an individual currently employed by a Washington State agency, the Department
shall obtain proper approval from the employing agency or institution. A statement of "no conflict of
interest" shall be submitted to the Department.
15. NONASSIGNABILITY
This contract, the work to be provided under this contract, and any claim arising thereunder, are not
assignable or delegable by either party in whole or in part, without the express prior written consent of
the other party, which consent shall not be unreasonably withheld.
16. SUBCONTRACTING
Neither the Contractor nor any subcontractor shall enter into subcontracts for any of the work
contemplated under this contract without obtaining prior written approval of the Department. Contractor
shall use a competitive process in award of any contracts with subcontractors that are entered into after
original contract award. All subcontracts entered into pursuant to this contract shall incorporate this
contract in full by reference. In no event shall the existence of the subcontract operate to release or
reduce the liability of the Contractor to the Department for any breach in the performance of the
Contractor's duties. The Military Department may request a copy of any and/or all subcontracts for
work being completed under this contract.
17. CONTRACT MODIFICATIONS
The Department and the Contractor may, from time to time, request changes to the contract or grant.
Any such changes that are mutually agreed upon by the Department and the Contractor shall be
incorporated herein by written amendment to this contract. It is mutually agreed and understood that
no alteration or variation of the terms of this contract shall be valid unless made in writing and signed by
the parties hereto, and that any oral understanding or agreements not incorporated herein, unless
made in writing and signed by the parties hereto, shall not be binding.
7k. ‐ Fire and Emergency Services Department recommends approval of
an agreement with the Washington State Military Department to accept Page 96 of 206
DHS-FEMA-EMPG-FFY 10 Page 11 of 21 City of Renton Fire and Emergency Services Department
E10-316
18. SEVERABILITY
In the event any term or condition of this contract, any provision of any document incorporated by
reference, or application of this contract to any person or circumstances is held invalid, such invalidity
shall not affect other terms, conditions, or applications of this contract which can be given effect without
the invalid term, condition, or application. To this end, the terms and conditions of this contract are
declared severable.
19. ADVANCE PAYMENTS PROHIBITED
The Department shall make no payments in advance or in anticipation of goods or services to be
provided under this contract. Contractor shall not invoice the Department in advance of delivery of such
goods or services.
20. TAXES, FEES AND LICENSES
Unless otherwise provided in this contract, the Contractor shall pay for and maintain in current status all
taxes, unemployment contributions, fees, licenses, assessments, permit charges and expenses of any
other kind for the Contractor or its staff required by statute or regulation that are necessary for contract
performance.
21. TRAVEL AND SUBSISTENCE REIMBURSEMENT
Unless the contract specifically provides for different rates, any travel or subsistence reimbursement
allowed under the contract shall be paid in accordance with rates set pursuant to RCW 43.03.050 and
RCW 43.03.060 as now existing or amended. The Contractor may be required to provide to the
Department copies of receipts for any travel related expenses other than meals and mileage (example:
parking lots that do not provide receipts) that are authorized under this contract.
22. GOVERNING LAW AND VENUE
This contract shall be construed and enforced in accordance with, and the validity and performance
hereof shall be governed by, the laws of the state of Washington. Venue of any suit between the
parties arising out of this contract shall be the Superior Court of Thurston County, Washington.
23. HOLD HARMLESS AND INDEMNIFICATION
Each party to this contract shall be responsible for injury to persons or damage to property resulting
from negligence on the part of itself, its employees, agents, officers, or subcontractors. Neither party
assumes any responsibility to the other party for the consequences of any act or omission of any third
party.
24. WAIVER OF DEFAULT
Waiver of any default or breach shall not be deemed to be a waiver of any other or subsequent default
or breach. Any waiver shall not be construed to be a modification of the terms of this contract unless
stated to be such in writing signed by The Adjutant General or the Authorized Signature for the
Department and attached to the original contract.
25. DISPUTES
The parties shall make every effort to resolve disputes arising out of or relating to this contract through
discussion and negotiation. Should discussion and negotiation fail to resolve a dispute arising under
this contract, the parties shall select a dispute resolution team to resolve the dispute. The team shall
consist of a representative appointed by each party and a third representative mutually agreed u pon by
both parties. The team shall attempt, by majority vote, to resolve the dispute.
Both parties agree that this disputes process shall precede any action in a judicial or quasi-judicial
tribunal. Nothing in this section shall preclude the parties from mutually agreeing to a different dispute
resolution method in lieu of the procedure outlined above.
26. ATTORNEY’S FEES
In the event of litigation or other action brought to enforce contract terms, or alternative dispute
resolution process, each party agrees to bear its own attorney’s fees and costs.
7k. ‐ Fire and Emergency Services Department recommends approval of
an agreement with the Washington State Military Department to accept Page 97 of 206
DHS-FEMA-EMPG-FFY 10 Page 12 of 21 City of Renton Fire and Emergency Services Department
E10-316
27. LOSS OR REDUCTION OF FUNDING
In the event funding from state, federal, or other sources is withdrawn, reduced, or limited in any way
after the effective date of this contract and prior to normal completion, the Department may reduce its
scope of work and budget or unilaterally terminate all or part of the contract as a “Termination for
Cause”, without providing the Contractor an opportunity to cure. Alternatively, the parties may
renegotiate the terms of this contract under “Contract Modifications” to comply with new funding
limitations and conditions, although the Department has no obligation to do so.
28. TERMINATION OR SUSPENSION FOR CAUSE
In the event the Department, in its sole discretion, determines the Contractor has failed to fulfill in a
timely and proper manner its obligations under this contract, is in an unsound financial condition so as
to endanger performance hereunder, is in violation of any laws or regulations that render the Contractor
unable to perform any aspect of the contract, or has violated any of the covenants, agreements or
stipulations of this contract, the Department has the right to immediately suspend or terminate this
contract in whole or in part.
The Department may notify the Contractor in writing of the need to take corrective action and provide a
period of time in which to cure. The Department is not required to allow the Contractor an opportunity
to cure if it is not feasible as determined solely within the Department’s discretion. Any time allowed for
cure shall not diminish or eliminate the Contractor’s liability for damages or otherwise affect any other
remedies available to the Department. If the Department allows the Contractor an opportunity to cure,
the Department shall notify the Contractor in writing of the need to take corrective action. If the
corrective action is not taken within ten (10) calendar days or as otherwise specified by the Department,
or if such corrective action is deemed by the Department to be insufficient, the contract may be
terminated in whole or in part.
The Department reserves the right to suspend all or part of the contract, withhold further payments, or
prohibit the Contractor from incurring additional obligations of funds during investigation of the alleged
compliance breach, pending corrective action by the Contractor, if allowed, or pending a decision by the
Department to terminate the contract in whole or in part.
In the event of termination, the Contractor shall be liable f or all damages as authorized by law, including
but not limited to, any cost difference between the original contract and the replacement or cover
contract and all administrative costs directly related to the replacement contract, e.g., cost of
administering the competitive solicitation process, mailing, advertising and other associated staff time.
The rights and remedies of the Department provided for in this section shall not be exclusive and are in
addition to any other rights and remedies provided by law.
If it is determined that the Contractor: (1) was not in default or material breach, or (2) failure to perform
was outside of the Contractor’s control, fault or negligence, the termination shall be deemed to be a
“Termination for Convenience”.
29. TERMINATION FOR CONVENIENCE
Notwithstanding any provisions of this contract, the Contractor may terminate this contract by providing
written notice of such termination to the Department’s Key Personnel identified in the contract,
specifying the effective date thereof, at least thirty (30) days prior to such date.
Except as otherwise provided in this contract, the Department, in its sole discretion and in the best
interests of the State of Washington, may terminate this contract in whole or in part by providing ten
(10) calendar days written notice, beginning on the second day after mailing to the Contractor. Upon
notice of termination for convenience, the Department reserves the right to suspend all or part of the
contract, withhold further payments, or prohibit the Contractor from incurring additional obligations of
funds. In the event of termination, the Contractor shall be liable for all damages as authorized by law.
The rights and remedies of the Department provided for in this section shall not be exclusive and are in
addition to any other rights and remedies provided by law.
7k. ‐ Fire and Emergency Services Department recommends approval of
an agreement with the Washington State Military Department to accept Page 98 of 206
DHS-FEMA-EMPG-FFY 10 Page 13 of 21 City of Renton Fire and Emergency Services Department
E10-316
30. TERMINATION PROCEDURES
In addition to the procedures set forth below, if the Department terminates this contract, the Contractor
shall follow any procedures specified in the termination notice. Upon termination of this contract and in
addition to any other rights provided in this contract, the Department may require the Contractor to
deliver to the Department any property specifically produced or acquired for the performance of such
part of this contract as has been terminated.
If the termination is for convenience, the Department shall pay to the Contractor the agreed upon price,
if separately stated, for properly authorized and completed work and services rendered or goods
delivered to and accepted by the Department prior to the effective date of contract termination, and the
amount agreed upon by the Contractor and the Department for (i) completed work and services and/or
equipment or supplies provided for which no separate price is stated, (ii) partially completed work and
services and/or equipment or supplies provided which are accepted by the Department, (iii) other work,
services and/or equipment or supplies which are accepted by the Department, and (iv) the protection
and preservation of property.
Failure to agree with such amounts shall be a dispute within the meaning of the "Disputes" clause of
this contract. If the termination is for cause, the Department shall determine the extent of the liability of
the Department. The Department shall have no other obligation to the Contractor for termination. The
Department may withhold from any amounts due the Contractor such sum as the Department
determines to be necessary to protect the Department against potential loss or liability.
The rights and remedies of the Department provided in this contract shall not be exclusive and are in
addition to any other rights and remedies provided by law.
After receipt of a notice of termination, and except as otherwise directed by the Department in writing,
the Contractor shall:
a. Stop work under the contract on the date, and to the extent specified, in the notice;
b. Place no further orders or subcontracts for materials, services, supplies, equipment and/or
facilities in relation to this contract except as may be necessary for completion of such portion of
the work under the contract as is not terminated;
c. Assign to the Department, in the manner, at the times, and to the extent directed by the
Department, all of the rights, title, and interest of the Contractor under the orders and
subcontracts so terminated, in which case the Department has the right, at its discretion, to
settle or pay any or all claims arising out of the termination of such orders and subcontracts;
d. Settle all outstanding liabilities and all claims arising out of such termination of orders and
subcontracts, with the approval or ratification of the Department to the extent the Department
may require, which approval or ratification shall be final for all the purposes of this clause;
e. Transfer title to the Department and deliver in the manner, at the times, and to the extent
directed by the Department any property which, if the contract had been completed, would have
been required to be furnished to the Department;
f. Complete performance of such part of the work as shall not have been terminated by the
Department in compliance with all contractual requirements; and
g. Take such action as may be necessary, or as the Department may require, for the protection
and preservation of the property related to this contract which is in the possession of the
Contractor and in which the Department has or may acquire an interest.
AAG Approved 9/12/2007
7k. ‐ Fire and Emergency Services Department recommends approval of
an agreement with the Washington State Military Department to accept Page 99 of 206
DHS-FEMA-EMPG-FFY 10 Page 14 of 21 City of Renton Fire and Emergency Services Department
E10-316
Exhibit B
Statement of Work
FFY 2010 Emergency Management Performance Grant Program
INTRODUCTION: The Washington State Military Department Emergency Management Division (EMD)
receives funding each year from the U.S. Department of Homeland Security (DHS)/Federal Emergency
Management Agency (FEMA) through the Emergency Management Performance Grant (EMPG). The funding
assists state and local governments enhance and sustain all-hazards emergency management capabilities as
authorized by Robert T. Stafford Disaster Relief and Emergency Assistance Act (Public Law 93 -288, as
amended, 42 U.S.C. 5121-5207). Funds for the FFY 2010 EMPG program are appropriated under the
Department of Homeland Security Appropriations Act, 2010 (Public Law 111-83).
A portion of FY2010 EMPG grant has been identified by the state to be passed through to local jurisdictions
and tribes that have emergency management programs to supplement their local/tribal operating budgets.
Each jurisdiction or tribe, that applied and meets the qualifications specified in WAC 118-09 regarding
emergency management assistance funds, is awarded a contract based on the size of their agency’s
emergency management operating budget.
The Scope of Work outlines the activities and deliverables the Contractor has identified to be performed for
FFY10 EMPG. The Timeline outlines the schedule that the Contractor agrees to in order to fulfill the contract
deliverables during the contract performance period. The Budget Sheet outlines the Contractor’s emergency
management operating budget (excluding federal funds) that is dedicated to emergency management activities,
upon which their award is based.
City of Renton Fire and Emergency Service Department (herein known as the Contractor) agrees to the
following:
GENERAL PROGRAM REQUIREMENTS:
1. Report progress on deliverables and advise the Military Department, in writing, of necessary adjustments
to the content of the contract, including modification of the local/tribal emergency management budget.
Performance reports will be submitted by email to the EMPG Program Assistant as required in the
contract Milestones.
2. Adhere to all administrative, financial and procurement guidance, including competitive processes and
other procurement requirements, to include: Office of Management and Budget (OMB) Circular A-133
(Audits of States, Local Governments, and Non-Profit Organizations), Federal Emergency Management
Agency’s codified regulations, 44 CFR Part 13 (Uniform Administrative Requirements for Grants and
Cooperative Agreements to State and Local Governments) and 2 CFR Part 225 (Cost Principles for
State, Local, and Indian tribal Governments), and Federal Acquisition Regulations (FAR), Part 31.2,
Contract Cost Principles and Procedures, Contracts with Commercial Organizations. Local and state
procurement and contracting regulations take precedent over these requirements when local and state
regulations are more stringent.
Adhere to DHS requirements that all sole source contracts over $100,000 be reviewed and
approved by the Department prior to execution of a contract. This requirement must be passed on
to all of the Contractor’s sub-contractors, at which point the Contractor will be responsible for
reviewing and approving their sub-contractors’ sole source justifications.
Adhere to DHS requirements that all contracts with individual consultants, that ar e not competitively
bid, and where the consultant will be charging an excess of $450 per day (excluding travel and
subsistence) must be approved by the Department before the contract is executed. This
requirement must be passed on to all of the Contractor’s sub-contractors, at which point the
Contractor will be responsible for reviewing and approving their sub-contractors’ contract.
3. Plan and implement equipment purchases, exercises, training, planning, organizational expenses and
management/administration in accordance with the FFY10 Emergency Management Performance Grant
Program Guidance as well as all subsequent policy changes, which can be found at:
http://www.fema.gov/pdf/government/grant/2010/fy10_empg_kit.pdf.
7k. ‐ Fire and Emergency Services Department recommends approval of
an agreement with the Washington State Military Department to accept Page 100 of 206
DHS-FEMA-EMPG-FFY 10 Page 15 of 21 City of Renton Fire and Emergency Services Department
E10-316
4. Ensure that all sub-contractors are in compliance with the FFY10 Emergency Management Performance
Grant Program Guidance through monitoring of expenditures and periodic reviews of activities.
5. Exercises that are implemented with grant funds must meet the requirements of the FFY10 Emergency
Management Performance Grant. Upon completion of the exercise, an After Action Report and an
Improvement Plan must be prepared and submitted to the Department.
6. A mechanism must be in place to capture, track and document match.
7. No more than 3% of the total grant award may be used on Management and Administrative expenditures.
8. FEMA reserves a royalty-free, non-exclusive, and irrevocable license to reproduce, publish, or otherwise
use, and authorize others to use, for federal government purposes:
a. the copyright in any work developed under an award or sub-award; and
b. any rights of copyright to which the Contractor purchases ownership with Federal support.
The Contractor must agree to consult with FEMA regarding the allocation of any patent rights that arise
from, or are purchased with, this funding.
9. All publications created with funding under the FFY10 EMPG grant award shall prominently contain the
following statement: "This document was prepared under a grant from the Federal Emergency
Management Agency’s Grant Programs Directorate (FEMA/GPD) within the U.S. Department of
Homeland Security. Points of view or opinions expressed in this document are those of the authors and
do not necessarily represent the official position or policies of FEMA/GPD or the U.S. Department of
Homeland Security."
10. Submit monthly requests or at least bi-annually for reimbursement to the Department, signed and
approved, invoice vouchers (State Form A-19) and a Reimbursement Spreadsheet to the Department for
costs incurred and certifying match requirement has been met.
11. No costs will be paid in advance of their being incurred by the Contractor.
12. No equipment or supply costs will be reimbursed until the items have been received by the Contractor
and invoiced by the vendor.
13. No travel or subsistence costs, including lodging and meals, reimbursed with EMPG funds may exceed
federal maximum rates which can be found at http://www.gsa.gov.
14. Each A-19 will be accompanied by a spreadsheet detailing the expenditures. Related financial
documents and invoices must be kept on file by the Contractor and be made available upon request to
the Department, and local, state, or federal auditors. Requests for reimbursement of equipment
purchases will include a copy of the vendor’s invoice and packing slip.
CONTRACTOR TASKS:
1. Perform activities described in the attached Contractor’s Scope of Work (see Attachment A).
2. If necessary, hire a Subcontractor to assist in accomplishing the contract tasks.
3. Complete all work under the contract by the contract end date, to include receipt of approved equipment
items and supplies.
THE MILITARY DEPARTMENT AGREES TO:
1. Manage and administer the FFY10 Emergency Management Performance Grant Program.
2. Provide program assistance and coordination with FEMA where necessary.
3. Reimburse the Contractor within 45 days of receipt and approval of requests for reimbursement which
includes all documentation of expenditures as required.
7k. ‐ Fire and Emergency Services Department recommends approval of
an agreement with the Washington State Military Department to accept Page 101 of 206
DHS-FEMA-EMPG-FFY 10 Page 16 of 21 City of Renton Fire and Emergency Services Department
E10-316
MILESTONES
FFY10 Emergency Management Performance Grant Program
MILESTONE TASK
October 1, 2009 Start of performance period.
April 2009 Contract Execution.
July 15, 2010 Submission of Midterm Report.
March 31, 2011 End of performance period.
May 15, 2011 Submit all final reports and requests for reimbursement.
7k. ‐ Fire and Emergency Services Department recommends approval of
an agreement with the Washington State Military Department to accept Page 102 of 206
DHS-FEMA-EMPG-FFY 10 Page 17 of 21 City of Renton Fire and Emergency Services Department
E10-316
Exhibit C
Budget Sheet
FFY10 Emergency Management Performance Grant Program
LOCAL/TRIBAL EMERGENCY MANAGEMENT OPERATING BUDGET SUMMARY
Category 2010 Local
Funds Budget*
Salaries and Benefits $403,517
In-Direct Costs $0
Travel $2,354
Equipment $0
Supplies $6,500
Telephones $5,484
IT $65,358
Printing $500
Janitorial/Maintenance $0
Auto Lease $13,122
Space Rental $33,851
Insurance $0
Subcontractor $43,500
Other $90,000
Total All Program Costs $664,186
FFY10 EMPG Award $121,546
The City of Renton Fire and Emergency Services Department award is $121,546. This is based on the
FFY10 allocation factor of 18.3% of approved local/tribal emergency management operating budgets. This
award will not be used to supplant the existing local/tribal funds identified above. The Department’s
Reimbursement Spreadsheet will accompany each reimbursement request submitted. In addition, the
Contractor agrees to make all records available to Military Department staff, upon request. A total of 3% of
this award can be used to pay for management and administration of this contract.
If the local/tribal emergency management operation budget should change, as the award contract
amount is based on the budget, an amendment may have to be issued modifying the award contract
amount.
* No federal funds are included in the local emergency management operating budget.
Funding Source: U.S. Department of Homeland Security - PI# 703PT – EMPG
7k. ‐ Fire and Emergency Services Department recommends approval of
an agreement with the Washington State Military Department to accept Page 103 of 206
DHS-FEMA-EMPG-FFY 10 Page 18 of 21 City of Renton Fire and Emergency Services Department
E10-316
Attachment A
Scope of Work
FFY10 Emergency Management Performance Grant Program
Agency: Renton Fire and Emergency Services Department
Washington State does not require a specific number of activities to receiv e EMPG funding, however, there are
required activities that must be scheduled and conducted in order to remain eligible for EMPG funding. The
Scope of Work proposed must be proportionate to the level of local funding and anticipated EMPG funding.
Required Activities
Certify that your Agency understands the following required activities are to
be completed between January 1, 2010 and December 31, 2010: YES
Please enter the approval date of latest CEMP: 1/20/2009
Emergency
Management
Function
Activity Deliverable Performance Measures Timeline
Communications
& Warning
1. Participate in all scheduled
National Warning System (NAWAS)
tests and exercises, whether a
Primary NAWAS Warning Point, a
Secondary Warning Point, or a
Tertiary Warning Point. This is the
on-going test of the statewide
warning fan-out as outlined in the
State CEMP and warning annex. All
emergency management
jurisdictions must be a part of this
fan-out.
a. Ensure
jurisdiction is
incorporated into
the fan out.
b. Participate in
scheduled tests.
Jurisdiction will be better
prepared to activate NAWAS
in an emergency. Success
will be measured through the
number of successful
NAWAS tests completed.
Ongoing
Communications
& Warning
2. Work with EMD to ensure
Comprehensive Emergency
Management Network (CEMNET)
capability is maintained and
participate in scheduled testing
between local Emergency
Operations Center (EOC) or similar
facility and the state EOC.
Communicate
regularly with EMD
to retain CEMNET
capability and
participate in
testing as
scheduled.
Jurisdiction will be better
prepared to use CEMNET in
an emergency. Success will
be measured by the number
of scheduled tests the
jurisdiction participates in.
Ongoing
Communications
& Warning
3. Develop and/or update local
plans and equipment for use of
amateur radio (HAM bands) through
the Radio Amateur Civil Emergency
Service (RACES) program and the
state RACES plan.
Update local plans
and equipment as
necessary.
Jurisdiction will be better
prepared to utilize RACES
volunteers, particularly if
other communication
capabilities are inoperable,
in an emergency.
12/1/2010
Communications
& Warning
4. Where possible, work with the
Local Area Emergency Alert System
(EAS) Committee (LAECC) to
complete an EAS plan and the
Local Relay Network (LRN) per
existing guidance from the FCC,
FEMA and the State Emergency
Communications Committee with
assistance from the State EMD
Telecommunications staff.
Develop/update an
EAS Plan as
needed.
Update plans will result in an
improved capability to utilize
EAS in an emergency.
12/31/2010
Communications
& Warning
5. Participate in all scheduled EAS
tests commensurate with your EAS
plan and operational status of your
LRN.
Participate as
scheduled.
Jurisdiction will be better
prepared to activate EAS in
an emergency. Success will
be measured by the number
of scheduled tests the
jurisdiction participates in.
Ongoing
7k. ‐ Fire and Emergency Services Department recommends approval of
an agreement with the Washington State Military Department to accept Page 104 of 206
DHS-FEMA-EMPG-FFY 10 Page 19 of 21 City of Renton Fire and Emergency Services Department
E10-316
Communications
& Warning
6. Notify the state EOC immediately
upon activation of local EOC.
Provide Situation Reports
(SITREPS) at least daily.
Submit a daily
Situation Report to
the state EOC
during activation.
Coordination between the
state and the local EOC will
improve response
capabilities during an event.
Ongoing
Program
Management
7. Be fully compliant with Federal
National Incident Management
System (NIMS) compliance
requirements. Failure to meet NIMS
compliance requirements will result
in the loss of federal preparedness
funding. Please contact Jim
Kadrmas, EMD, at 253-512-7027 or
j.kadrmas@emd.wa.gov if you have
questions.
Demonstrate NIMS
adoption and
compliancy.
Emergency responders will
have a uniform set of
processes and procedures
thus improving all-hazard
incident response
capabilities.
9/30/2010
Exercises,
Evaluations &
Corrective
Actions
8. Each jurisdiction receiving EMPG
funds must participate in the design,
conduct and evaluation of at least
one exercise during the
performance period: full-scale,
functional or table top. An EOC
activation will fulfill this requirement.
The standard format for the AAR
and IP can be found in Volume III of
the HSEEP manuals at
http://hseep.dhs.gov.
The State's ETO is Jerry Jenson,
253-512-7045,
g.jenson@emd.wa.gov.
Submit an After
Action Report
(AAR) and
Improvement Plan
(IP) to the State
Exercise Training
Officer (ETO) within
60 days of the
completion of the
exercise.
Through the exercise
process a jurisdiction can
determine areas of strength
and weakness in response
capabilities. Development of
an AAR and IP allows for the
documentation, monitoring
and follow-up on those
issues. Upon submission
and approval of the AAR, the
ETO will issue a letter of
EMPG credit to the
jurisdiction.
12/7/2010
Planning 9. Review the Comprehensive
Emergency Management Plan
(CEMP) and supporting Emergency
Support Functions (ESFs). The
CEMP should be compliant with
both the National Response
Framework and the National
Incident Management System
(NIMS). Requirements for plan
development and submission are
provided in RCW 38.52.070, WAC
118-09 and WAC 118-30.
a. Any jurisdiction
that has not
submitted an
updated CEMP to
the State
Emergency
Management
Division within the
past four years
must do so during
this program year.
b. First-time
applicants must
complete a draft of
their Basic Plan
portion of the
CEMP within the
program year.
The CEMP will address all-
hazards identified in the
jurisdiction's Hazard
Identification and
Vulnerability Analysis and
infrastructure and improve
the jurisdiction's ability to
prepare for, respond to and
recover from an emergency.
12/1/2010
Finance &
Administration
10. Seek reimbursement in
compliance with 10EMPG
Guidance, award contract, 44CFR,
2CFR Parts 225, 220 and 230.
Expenditures listed on the
Reimbursement Spreadsheet
cannot be items listed in the 2010
Local Funds Budget portion of the
Emergency management Operating
Budget in this application
Submit requests for
reimbursement
(A19 Invoice) along
with a
Reimbursement
Spreadsheet
showing how
EMPG funds were
spent.
EMPG funds enhance local
emergency management
programs and are spent in
accordance with all
applicable laws and
guidelines.
Within 30
days after
the activity
was
performed
7k. ‐ Fire and Emergency Services Department recommends approval of
an agreement with the Washington State Military Department to accept Page 105 of 206
DHS-FEMA-EMPG-FFY 10 Page 20 of 21 City of Renton Fire and Emergency Services Department
E10-316
Program
Management
11. Progress reports are required
twice during the award contract
performance period.
Progress reports
must be submitted
as required in the
award contract.
The midterm report
must clearly
describe the
progress the
recipient is making
towards the
deliverables
described in this
Scope of Work.
The final report
should highlight the
impact EMPG
funding has had on
the jurisdiction's
capabilities.
Demonstration of the impact
EMPG funding has on
emergency management
capabilities will be
documented in progress
reports.
Midterm
Report due
7/15/10
Final
Report due
5/15/11
Crisis
Communication,
Public Education
and Information
12. Conduct a public disaster
education program for the
inhabitants of the community.
a. Preparedness
presentation and
distribution of
preparedness
materials to
schools, civic
groups, business
organizations,
nursing care
facilities, child care
facilities,
governmental
agencies, hospitals,
the general public,
etc. and/or
b. Participate in the
State's Disaster
Preparedness
Campaign.
Citizens or Washington will
be better able to care for
themselves, family
members, neighbors, etc.
and will improve their ability
to stay safe during an
emergency. Success can be
measured through the
number of presentations
provided or participation in
the Washington State
campaign.
9/30/2010
Additional Activities
Crisis
Communication,
Public Education
& Information
Purchase and install weather proof,
sealed bulletin boards for the
Neighborhood Information and
Communication Hub In
Emergencies (NICHE) program.
NICHE boards
installed.
Citizens will be able to obtain
emergency information when
high-tech means of
communication are not
operable.
11/1/2010
Exercises,
Evaluations &
Corrective
Actions
Assign staff to serve on core
exercise design team for
SoundShake 2010; participate in
SoundShake.
Significant
contribution to
major regional
exercise.
Exercise will be inclusive of
smaller jurisdictions like
Renton.
10/7/2010
Operations &
Procedures
Expand emergency notification
system capabilities, write an SOP
on its use, and train selected staff in
its use.
SOP completed. City staff will utilize the
emergency notification
system more effectively.
8/1/2010
7k. ‐ Fire and Emergency Services Department recommends approval of
an agreement with the Washington State Military Department to accept Page 106 of 206
DHS-FEMA-EMPG-FFY 10 Page 21 of 21 City of Renton Fire and Emergency Services Department
E10-316
Hazard Mitigation Initiate development of an LEPC. LEPC established. Emergency management will
have more regular
communication with hazmat
using facilities to help
mitigate against potential
accidents.
12/31/2010
Laws and
Authorities
Revise emergency powers
ordinance.
Emergency powers
ordinance revised.
Elected officials will possess
sufficient legal authorities to
take swifter, appropriate
action in an emergency.
11/1/2010
Hazard
Identification &
Risk Assessment
Participate in a DHS assessment of
critical infrastructure vulnerabilities.
Critical
infrastructure
vulnerabilities
identified.
City staff will have a better
understanding of critical
infrastructure vulnerabilities
in order to better mitigate or
respond to incidents that
involve critical infrastructure.
12/31/2010
Crisis
Communication,
Public Education
& Information
Conduct emergency preparedness
training for leaders in the immigrant,
refugee communities to be able to
carry back to their communities.
1 preparedness
training completed.
Non-English-speaking
residents will be better
prepared for emergencies.
6/1/2010
Planning Revise 4 ESFs within the CEMP. 4 ESFs revised. The CEMP will be improved. 12/31/2010
Training Conduct a Logistics Chief course. Logistics Chief
course conducted
for IMT members.
More persons trained in
functions of the Logistics
Chief position.
8/1/2010
Planning Revise damage assessment
process to include alternative field
information relays through a pilot
project with purchased handheld
devices.
Damage
assessment
process revised,
handheld devices
purchased.
By transferring damage
assessment to more
individuals in the City, first
responders will be freed up
to focus on response issues
more quickly.
12/31/2010
7k. ‐ Fire and Emergency Services Department recommends approval of
an agreement with the Washington State Military Department to accept Page 107 of 206
DHS-EMPG-FFY 10 Page 1 of 2 City of Renton Fire and Emergency Services Department
E10-316 Amendment A
Washington State Military Department
AMENDMENT
1. CONTRACTOR NAME/ADDRESS:
City of Renton
Fire and Emergency Services Department
1055 South Grady Way
Renton, WA 98057
2. CONTRACT NUMBER:
E10-316
3. AMENDMENT NUMBER:
A
4. CONTRACTOR CONTACT PERSON, NAME/TITLE:
Kelly Carey, (425) 430-7053
kcarey@rentonwa.gov
5. MD STAFF CONTACT, NAME/TELEPHONE:
Charma Anderson (253) 512-7064
c.anderson@emd.wa.gov
6. TIN or SSN:
91-6001271
7. CATALOG OF FEDERAL DOMESTIC
ASST. (CFDA) #: 97.042 EMPG
8. FUNDING SOURCE NAME/AGREEMENT #:
2010-EP-E0-0027
9. FUNDING AUTHORITY:
Washington State Military Department (Department) and U.S. Department of Homeland Security (DHS)
10. DESCRIPTION/JUSTIFICATION OF AMENDMENT, MODIFICATION, OR CHANGE ORDER:
The U.S. Department of Homeland Security (DHS) Emergency Management Performance Grant (EMPG) provided
federal funding to enhance and sustain emergency management programs. EMD withheld 10% of the pass through
funding pending applicant budget review and approval. Local applicant funding is being increased to include the
funding that was with held.
11. AMENDMENT TERMS AND CONDITIONS:
1. The overall contract expiration date of March 31, 2011 remains unchanged.
2. Change the contract amount from $121,546 to $130,366; an increase of $8,820.
3. Replace the Local/Tribal Budget with the attached Revised Local/Tribal Budget.
This Amendment is incorporated in and made a part of the contract. Except as amended herein, all other terms and
conditions of the contract remain in full force and effect. Any reference in the original contract or an Amendment to the
“contract” shall mean “contract as amended”. The Department and Contractor acknowledge and accept the terms of this
Amendment as identified above, effective on the final date of execu tion below. By signing this Amendment, the
signatories warrant they have the authority to execute this Amendment.
IN WITNESS WHEREOF, the parties have executed this Amendment:
FOR THE DEPARTMENT:
______________________________________
Signature Date
James M. Mullen, Director
Emergency Management Division
Washington Military Department
APPROVED AS TO FORM:
Brian E. Buchholz (signature on file) 3/12/2010
Assistant Attorney General
FOR THE CONTRACTOR:
________________________________________
Signature Date
Denis Law, Mayor
for
City of Renton
Fire and Emergency Services Department
Attest: _____________________________________
Bonnie Walton, City Clerk
Form 10/27/00
7k. ‐ Fire and Emergency Services Department recommends approval of
an agreement with the Washington State Military Department to accept Page 108 of 206
DHS-EMPG-FFY 10 Page 2 of 2 City of Renton Fire and Emergency Services Department
E10-316, Amendment A
Exhibit C
REVISED Budget Sheet
FFY10 Emergency Management Performance Grant Program
LOCAL/TRIBAL EMERGENCY MANAGEMENT OPERATING BUDGET SUMMARY
Category 2010 Local
Funds Budget*
Salaries and Benefits $403,517
In-Direct Costs $0
Travel $2,354
Equipment $0
Supplies $6,500
Telephones $5,484
IT $65,358
Printing $500
Janitorial/Maintenance $0
Auto Lease $13,122
Space Rental $33,851
Insurance $0
Subcontractor $43,500
Other $90,000
Total All Program Costs $664,186
FFY10 EMPG Award $130,366
The City of Renton Fire and Emergency Services Department award is $130,366. This is based on the
FFY10 allocation factor of 19.628% of approved local/tribal emergency management operating budgets. This
award will not be used to supplant the existing local/tribal funds identified above. The Department’s
Reimbursement Spreadsheet will accompany each reimbursement request submitted. In addition, the
Contractor agrees to make all records available to Military Department staff, upon request. A total of 3% of
this award can be used to pay for management and administration of this contract.
If the local/tribal emergency management operation budget should change, as the award contract
amount is based on the budget, an amendment may have to be issued modifying the award contract
amount.
* No federal funds are included in the local emergency management operating budget.
Funding Source: U.S. Department of Homeland Security - PI# 703PT – EMPG
7k. ‐ Fire and Emergency Services Department recommends approval of
an agreement with the Washington State Military Department to accept Page 109 of 206
SIGNATURE AUTHORIZATION FORM
WASHINGTON STATE MILITARY DEPARTMENT
Camp Murray, Washington 98430-5122
Please read instructions on reverse side before completing this form.
NAME OF ORGANIZATION
City of Renton
Office of Emergency Management
DATE SUBMITTED
PROJECT DESCRIPTION
Emergency Management Performance Grant
CONTRACT NUMBER
E10-316
1.AUTHORIZING AUTHORITY
SIGNATURE PRINT OR TYPE NAME TITLE/TERM OF OFFICE
Denis Law
Mayor, City of Renton
Bonnie Walton
City Clerk
2.AUTHORIZED TO SIGN CONTRACTS/CONTRACT AMENDMENTS
SIGNATURE PRINT OR TYPE NAME TITLE
Denis Law
Mayor, City of Renton
Bonnie Walton
City Clerk
3.DESIGNATED APPLICANT AGENT AND ALTERNATE
SIGNATURE PRINT OR TYPE NAME TITLE
Deborah Needham
Director of Emergency Mgmt
Cindy Zinck
Finance Analyst Supervisor
Mark Peterson
Fire Chief/Emergency
Services Administrator
7k. ‐ Fire and Emergency Services Department recommends approval of
an agreement with the Washington State Military Department to accept Page 110 of 206
INSTRUCTIONS FOR SIGNATURE AUTHORIZATION FORM
This form identifies the persons who have the authority to sign contracts, amendments,
and grant documents. It is required for the management of your contract with the
Military Department (MD). Please complete all sections. One copy with original
signatures is to be sent to MD with the signed contract, and the other should be kept
with your copy of the contract.
When a request for reimbursement is received, the signature is checked to verity that it
matches the signature on file. The payment can be delayed if the request is
presented without the proper signature. It is important that the signatures in MD’s
files are current. Changes in staffing or responsibilities will require a new signature
authorization form.
1.Authorizing Authority. Generally, the person(s) signing in this box heads the
governing body of the organization, such as the board chair or mayor. In some
cases, the chief executive officer may have been delegated this authority.
2.Authorized to Sign Contracts/Contract Amendments. The person(s) with this
authority should sign in this space. Usually, it is the county commissioner, mayor,
executive director, city clerk, etc.
3.Applicant Agent and Alternate. These are the individuals designated by the
governing body or the authorizing authority to be responsible for this grant.
These individuals will have the authority to identify damage sites, approve project
worksheets for the organization, sign requests for reimbursement, appeals,
alternate projects, improved projects, and time extensions. It is advisable to have
an alternate authorized to sign these requests. This will help prevent delays in
processing a request if the applicant agent is temporarily unavailable.
If you have any questions regarding this form or to request new forms, please call your
Public Assistance Coordinator.
7k. ‐ Fire and Emergency Services Department recommends approval of
an agreement with the Washington State Military Department to accept Page 111 of 206
CITY OF RENTON COUNCIL AGENDA BILL
Subject/Title:
Approval of a Lease Rate Increase Addendum to
Pro-Flight Aviation, Inc. Lease LAG 99-002
Meeting:
Regular Council - 02 Aug 2010
Exhibits:
Addendum to Pro-Flight Aviation, Inc. Lease LAG
99-002
Submitting Data: Dept/Div/Board:
Public Works
Staff Contact:
Ryan Zulauf, Airport Manager, x7471
Recommended Action:
Council Concur
Fiscal Impact:
Expenditure Required: $ N/A Transfer Amendment: $N/A
Amount Budgeted: $ N/A Revenue Generated: $9,005.54
Total Project Budget: $ N/A City Share Total Project: $ N/A
SUMMARY OF ACTION:
Pro-Flight Aviation, Inc. has a lease on the Airport under LAG 99-002. The periodic lease rate
adjustment is effective August 1, 2010, and a market appraisal was used to determine the lease
rate for the next 3-year period (August 1, 2010 until July 31, 2013). The new lease rate is $0.62
per square foot per year, resulting in an increase from $13,063.36 to $22,068.90 annually.
Pro-Flight Aviation, Inc. leases a 35,595 square foot parcel at 500 West Perimeter Road. The
terms of the lease allow for the City to use a means other than the Consumer Price Index-Urban
to determine the new lease rate for each 3-year period.
The Airport contracted with Allen Brackett Shedd to perform a market appraisal in February 2009,
which established the fair market ground lease rate for all parcels on the Airport at $0.62 per
square foot per year. On May 24, 2010, Pro-Flight Aviation, Inc. was notified by letter that the
City would be using the market appraisal ground lease rate of $0.62 per square foot per year.
This is an increase of $9,005.54 annually.
STAFF RECOMMENDATION:
Approve the lease rate increase and authorize the Mayor and City Clerk to sign the addendum to Pro-
Flight Aviation, Inc.’s lease, LAG 99-002.
7l. ‐ Transportation Systems Division recommends approval of an
addendum to airport lease LAG‐99‐002, with Pro‐Flight Aviation, Inc. to Page 112 of 206
7l. ‐ Transportation Systems Division recommends approval of an
addendum to airport lease LAG‐99‐002, with Pro‐Flight Aviation, Inc. to Page 113 of 206
7l. ‐ Transportation Systems Division recommends approval of an
addendum to airport lease LAG‐99‐002, with Pro‐Flight Aviation, Inc. to Page 114 of 206
CITY OF RENTON COUNCIL AGENDA BILL
Subject/Title:
Approving an Updated Version of the Airport
Regulations and Minimum Standards
Meeting:
Regular Council - 02 Aug 2010
Exhibits:
Issue Paper
Airport Regulations and Minimum Standards
document
Submitting Data: Dept/Div/Board:
Public Works
Staff Contact:
Ryan Zulauf, Airport Manager, extension 7471
Recommended Action:
Refer to Transportation/Aviation Committee
Fiscal Impact:
Expenditure Required: $ 0 Transfer Amendment: $0
Amount Budgeted: $ 0 Revenue Generated: $0
Total Project Budget: $ 0 City Share Total Project: $ 0
SUMMARY OF ACTION:
The Airport Regulations and Minimum Standards document is used by the Renton Airport to properly
regulate the activity of people and businesses that use the Airport.
The Airport Regulations and Minimum Standards are written to comply with:
1. The federal grant assurances
2. The revised Airport Development Policies (approved March 19, 2007)
3. The revised Airport Leasing Policies (July 2007)
The current version of the Airport Regulations and Minimum Standards has been in use since its
adoption by Council in 1989. Because the mix of business and recreational activity on the Airport has
changed over the past two decades, an updated version of the Airport Regulations and Minimum
Standards is needed.
Over the course of five Renton Airport Advisory Committee meetings, the updated version of the Airport
Regulations and Minimum Standards was edited, clarified, and finalized.
Approving the Airport Regulations and Minimum Standards will allow the City to better manage the
diverse activities occurring at the Renton Airport, while ensuring continued adherence to its federal
grant obligations.
STAFF RECOMMENDATION:
Approve the updated version of the Airport Regulations and Minimum Standards.
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 115 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 116 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 117 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 118 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 119 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 120 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 121 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 122 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 123 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 124 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 125 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 126 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 127 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 128 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 129 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 130 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 131 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 132 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 133 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 134 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 135 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 136 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 137 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 138 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 139 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 140 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 141 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 142 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 143 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 144 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 145 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 146 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 147 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 148 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 149 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 150 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 151 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 152 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 153 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 154 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 155 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 156 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 157 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 158 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 159 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 160 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 161 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 162 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 163 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 164 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 165 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 166 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 167 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 168 of 206
7m. ‐ Transportation Systems Division recommends approval of updated
Airport Regulations and Standards. Refer to Transportation (Aviation) Page 169 of 206
CITY OF RENTON COUNCIL AGENDA BILL
Subject/Title:
Final Pay Estimate CAG 09-173
126th Ave SE Utility Project
Contractor: Rodarte Construction Inc.
Meeting:
Regular Council - 02 Aug 2010
Exhibits:
Final Pay Estimate
Notice of Completion of Public Works Contract
Submitting Data: Dept/Div/Board:
Public Works
Staff Contact:
Mike Benoit
Recommended Action:
Council Concur
Fiscal Impact:
Expenditure Required: $ 1,533 Transfer Amendment: $
Amount Budgeted: $ 10,000 Revenue Generated: $
Total Project Budget: $ 605,000 City Share Total Project: $
SUMMARY OF ACTION:
The project was awarded on November 9, 2009. Construction began on January 25, 2010, and
was completed on July 9, 2010. The original contract amount was $452,789.07 and the final
amount is $506,315.76, an increase of $53,526.69 or 12 percent. The majority of the increase in
the final contract amount ($39,000) was due to the need to use more imported backfill and
replace more curb and gutter than anticipated. The remainder of the increase was due to
unanticipated conflicts with existing utilities and minor quantity adjustments. The final cost was
below the original engineer’s estimate and within the amount budgeted for the project.
The amount budgeted for the project was $605,000 ($350,000 sewer and $255,000 water), which
is enough to cover the construction, engineering, and staff costs for each utility.
STAFF RECOMMENDATION:
Accept the project, approve the Final Pay Estimate in the amount of $1,533, and release the
retainage in the amount of $23,119.43 after 60 days, subject to the receipt of all required
authorizations.
7n. ‐ Utility Systems Division submits CAG‐09‐173, 126th Ave. SE Utility
project, and requests approval of the project, final pay estimate in the
Page 170 of 206
7n. ‐ Utility Systems Division submits CAG‐09‐173, 126th Ave. SE Utility
project, and requests approval of the project, final pay estimate in the
Page 171 of 206
7n. ‐ Utility Systems Division submits CAG‐09‐173, 126th Ave. SE Utility
project, and requests approval of the project, final pay estimate in the
Page 172 of 206
7n. ‐ Utility Systems Division submits CAG‐09‐173, 126th Ave. SE Utility
project, and requests approval of the project, final pay estimate in the
Page 173 of 206
CITY OF RENTON COUNCIL AGENDA BILL
Subject/Title:
Final Pay Estimate – CAG-09-157 (WTR-27-3458)
2009 Pump Station Electrical Upgrades
Contractor: EC Company
Meeting:
Regular Council - 02 Aug 2010
Exhibits:
Pay Estimate #3 (FINAL)
Notice of Completion of Public Works Contract
Submitting Data: Dept/Div/Board:
Public Works
Staff Contact:
Tom Malphrus, Utility Systems, x7313
Recommended Action:
Council Concur
Fiscal Impact:
Expenditure Required:
$
946.93 (final pay est.
only) Transfer Amendment: $N/A
Amount Budgeted: $ 950 (final pay est. only)Revenue Generated: $N/A
Total Project Budget: $ 150,000 City Share Total Project: $ 100%
SUMMARY OF ACTION:
The construction contract was awarded to EC Company on November 9, 2009. Construction
started February 1, 2010, and was completed on June 18, 2010. The original contract amount
was $94,519.31 and the final contract amount is $83,944.79. The decrease of $10,574.52
represents a deduction of $10,950.00 for removal of item No. 7, As-builts, from the work and an
addition of $375.48 for a change order to add a vacuum gauge to a transformer.
STAFF RECOMMENDATION:
Accept the project, approve the final pay estimate in the amount of $946.93, and release the
retainage in the amount of $3,833.10 after 60 days, subject to the receipt of all required
authorizations.
7o. ‐ Utility Systems Division submits CAG‐09‐157, 2009 Pump Station
Electrical Upgrades project, and requests approval of the project, final
Page 174 of 206
7o. ‐ Utility Systems Division submits CAG‐09‐157, 2009 Pump Station
Electrical Upgrades project, and requests approval of the project, final
Page 175 of 206
7o. ‐ Utility Systems Division submits CAG‐09‐157, 2009 Pump Station
Electrical Upgrades project, and requests approval of the project, final
Page 176 of 206
7o. ‐ Utility Systems Division submits CAG‐09‐157, 2009 Pump Station
Electrical Upgrades project, and requests approval of the project, final
Page 177 of 206
State of Washington
Department of Revenue
PO Box 47474
Olympia WA 98504-7474
Contractor’s Registration No. (UBI No.)
601 107 330
Date 8/2/10
NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT
From:
Name & Address of Public Agency Department Use Only
City of Renton
Attn: Natalie Wissbrod
1055 S Grady Way
Renton, WA 98057
Assigned To
Date Assigned
Notice is hereby given relative to the completion of contract or project described below
Description of Contract Contract Number
2009 Pump Station Electrical Upgrades CAG-09-157
Contractor’s Name Telephone Number
EC Company 206-436-6001
Contractor’s Address
3104 C Street NE, Ste. 200, Auburn, WA 98002
Date Work Commenced Date Work Completed Date Work Accepted
2/1/10 6/18/10 8/02/10
Surety or Bonding Company
Travelers Casualty and Surety Company of America
Agent’s Address
Lynette G. Harris, Willis of Portland, PO Box 8699, Portland, OR 97207
Contract Amount $ 86,319.00
Additions $+342.91
Reductions $–10,000.00
Sub-Total $76,661.91
Amount of Sales Tax Paid at 9.5 %$7,282.88
(If various rates apply, please send a breakdown.)
TOTAL $83,944.79
Liquidated Damages $0.00
Amount Disbursed $80,111.69
Amount Retained $3,833.10
TOTAL $83,944.79
Disbursing Officer
Comments:
Signature
Type or Print Name Natalie Wissbrod
Phone Number 425.430.6919
The Disbursing Officer must complete and mail THREE copies of this notice to the Department of Revenue,
PO Box 47474, Olympia, WA 98504-7474, immediately after acceptance of the work done under this contract. NO
PAYMENT SHALL BE MADE FROM RETAINED FUNDS until receipt of Department’s certificate, and then only in
accordance with said certificate.
To inquire about the availability of this document in an alternate format for the visually impaired, please call (360) 753-3217. Teletype
(TTY) users please call (800) 451-7985. You may also access tax information on our Internet home page at http://dor.wa.gov.
REV 31 0020e (6-27-01)
7o. ‐ Utility Systems Division submits CAG‐09‐157, 2009 Pump Station
Electrical Upgrades project, and requests approval of the project, final
Page 178 of 206
CITY OF RENTON COUNCIL AGENDA BILL
Subject/Title:
Final Pay Estimate – CAG-09-157 (WTR-27-3458)
2009 Pump Station Electrical Upgrades
Contractor: EC Company
Meeting:
Regular Council - 02 Aug 2010
Exhibits:
Pay Estimate #3 (FINAL)
Notice of Completion of Public Works Contract
Submitting Data: Dept/Div/Board:
Public Works
Staff Contact:
Tom Malphrus, Utility Systems, x7313
Recommended Action:
Council Concur
Fiscal Impact:
Expenditure Required:
$
946.93 (final pay est.
only) Transfer Amendment: $N/A
Amount Budgeted: $ 950 (final pay est. only)Revenue Generated: $N/A
Total Project Budget: $ 150,000 City Share Total Project: $ 100%
SUMMARY OF ACTION:
The construction contract was awarded to EC Company on November 9, 2009. Construction
started February 1, 2010, and was completed on June 18, 2010. The original contract amount
was $94,519.31 and the final contract amount is $83,944.79. The decrease of $10,574.52
represents a deduction of $10,950.00 for removal of item No. 7, As-builts, from the work and an
addition of $375.48 for a change order to add a vacuum gauge to a transformer.
STAFF RECOMMENDATION:
Accept the project, approve the final pay estimate in the amount of $946.93, and release the
retainage in the amount of $3,833.10 after 60 days, subject to the receipt of all required
authorizations.
7p. ‐ Utility Systems Division recommends approval to accept $226,076
from the King County Solid Waste Division's 2010‐2011 Waste Reduction Page 179 of 206
7p. ‐ Utility Systems Division recommends approval to accept $226,076
from the King County Solid Waste Division's 2010‐2011 Waste Reduction Page 180 of 206
7p. ‐ Utility Systems Division recommends approval to accept $226,076
from the King County Solid Waste Division's 2010‐2011 Waste Reduction Page 181 of 206
7p. ‐ Utility Systems Division recommends approval to accept $226,076
from the King County Solid Waste Division's 2010‐2011 Waste Reduction Page 182 of 206
State of Washington
Department of Revenue
PO Box 47474
Olympia WA 98504-7474
Contractor’s Registration No. (UBI No.)
601 107 330
Date 8/2/10
NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT
From:
Name & Address of Public Agency Department Use Only
City of Renton
Attn: Natalie Wissbrod
1055 S Grady Way
Renton, WA 98057
Assigned To
Date Assigned
Notice is hereby given relative to the completion of contract or project described below
Description of Contract Contract Number
2009 Pump Station Electrical Upgrades CAG-09-157
Contractor’s Name Telephone Number
EC Company 206-436-6001
Contractor’s Address
3104 C Street NE, Ste. 200, Auburn, WA 98002
Date Work Commenced Date Work Completed Date Work Accepted
2/1/10 6/18/10 8/02/10
Surety or Bonding Company
Travelers Casualty and Surety Company of America
Agent’s Address
Lynette G. Harris, Willis of Portland, PO Box 8699, Portland, OR 97207
Contract Amount $ 86,319.00
Additions $+342.91
Reductions $–10,000.00
Sub-Total $76,661.91
Amount of Sales Tax Paid at 9.5 %$7,282.88
(If various rates apply, please send a breakdown.)
TOTAL $83,944.79
Liquidated Damages $0.00
Amount Disbursed $80,111.69
Amount Retained $3,833.10
TOTAL $83,944.79
Disbursing Officer
Comments:
Signature
Type or Print Name Natalie Wissbrod
Phone Number 425.430.6919
The Disbursing Officer must complete and mail THREE copies of this notice to the Department of Revenue,
PO Box 47474, Olympia, WA 98504-7474, immediately after acceptance of the work done under this contract. NO
PAYMENT SHALL BE MADE FROM RETAINED FUNDS until receipt of Department’s certificate, and then only in
accordance with said certificate.
To inquire about the availability of this document in an alternate format for the visually impaired, please call (360) 753-3217. Teletype
(TTY) users please call (800) 451-7985. You may also access tax information on our Internet home page at http://dor.wa.gov.
REV 31 0020e (6-27-01)
7p. ‐ Utility Systems Division recommends approval to accept $226,076
from the King County Solid Waste Division's 2010‐2011 Waste Reduction Page 183 of 206
CITY OF RENTON, WASHINGTON
RESOLUTION NO.
A RESOLUTION OF THE CITY OF RENTON, WASHINGTON, AUTHORIZING THE
MAYOR AND CITY CLERK TO ENTER INTO AN INTERLOCAL COOPERATIVE
AGREEMENT FOR 2010-2011 BETWEEN KING COUNTY AND THE CITY OF
RENTON FOR A WASTE REDUCTION AND RECYCLING GRANT.
WHEREAS, King County and the City of Renton adopted the 2001 King County
Comprehensive Solid Waste Management Plan which includes waste reduction and recycling
goals; and
WHEREAS, in order to help the City meet those goals, the King County Solid Waste
Division has established a waste reduction and recycling grant program; and
WHEREAS, the grant is for $116,538 for 2010 and an equivalent amount for 2011, for a
total two-year grant of $233,076; and
WHEREAS, the City of Renton will utilize the grant funds to fulfill the terms and
conditions set forth in the scope of work which is attached to the contract; and
WHEREAS, is necessary to document the terms and conditions of the contract;
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF RENTON, WASHINGTON, DOES
RESOLVE AS FOLLOWS:
SECTION I. The above recitals are found to be true and correct in all respects.
SECTION II. The Mayor and City Clerk are hereby authorized to enter into a contract
entitled King County Contract No. D39910D, Interlocal Agreement for 2010-2011 between King
County and the City of Renton providing total grant funds to the City in the amount of $233,076
for waste reduction and recycling programs.
9a. ‐ Waste Reduction and Recycling (WRR) grant agreement with King
County Solid Waste Division (See 7.p.)Page 184 of 206
RESOLUTION NO.
PASSED BY THE CITY COUNCIL this day of , 2010.
Approved as to form:
Lawrence J. Warren, City Attorney
RES:1471:7/14/10:scr
Bonnie I. Walton, City Clerk
APPROVED BY THE MAYOR this day of , 2010.
Denis Law, Mayor
9a. ‐ Waste Reduction and Recycling (WRR) grant agreement with King
County Solid Waste Division (See 7.p.)Page 185 of 206
CITY OF RENTON, WASHINGTON
ORDINANCE NO.
AN ORDINANCE OF THE CITY OF RENTON, WASHINGTON, AMENDING TITLES l-X
OF ORDINANCE NO. 4260 ENTITLED "CODE OF GENERAL ORDINANCES OF THE
CITY OF RENTON, WASHINGTON" BY CHANGING ALL REFERENCES OF
"FINANCE AND INFORMATION SERVICES" TO "FINANCE AND INFORMATION
TECHNOLOGY".
THE CITY COUNCIL OF THE CITY OF RENTON, WASHINGTON, DOES ORDAIN AS
FOLLOWS:
SECTION I. Titles l-X of Ordinance No. 4260 entitled "Code of General Ordinances of
the City of Renton, Washington", are hereby amended to change all references of "Finance and
Information Services" to "Finance and Information Technology".
SECTION II. This ordinance shall be effective upon its passage, approval, and thirty
(30) days after publication.
PASSED BY THE CITY COUNCIL this day of. , 2010.
Bonnie I. Walton, City Clerk
APPROVED BY THE MAYOR this day of. _, 2010.
Approved as to form:
Lawrence J. Warren, City Attorney
Denis Law, Mayor
Date of Publication:
ORD:1644:6/29/10:scr
9a. ‐ Changing the title of the Finance and Information Systems
Department to the Finance and Information Technology Department
Page 186 of 206
CITY OF RENTON, WASHINGTON
ORDINANCE NO.
AN ORDINANCE OF THE CITY OF RENTON, WASHINGTON, AMENDING THE CITY
OF RENTON FISCAL YEAR 2010 ANNUAL BUDGET AS ADOPTED BY ORDINANCE
NO. 5510 AND THEREAFTER AMENDED BY ORDINANCE NO. 5536.
WHEREAS, on November 23, 2009, the City Council adopted Ordinance No. 5510
approving the City of Renton's Fiscal Year 2010 Annual Budget; and
WHEREAS, on April 26, 2010, the City Council adopted Ordinance No. 5536 carrying
forward funds appropriated in 2009, but not expended in 2009, due to capital project
interruptions and delays in invoice payments, that needed to be carried forward and
appropriated for expenditure in 2010; and
WHEREAS, budget amendments are presently necessary to make corrections to the
adopted 2010 budget and set aside new appropriations, as identified on Exhibit A attached
hereto;
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF RENTON, WASHINGTON, DOES
ORDAIN AS FOLLOWS:
SECTION I. Ordinance No. 5510 establishing the City of Renton's 2010 Annual Budget
is hereby amended in the total amount of $8,116,407.
SECTION II. A summary budget adjustment by fund is hereby attached as Exhibit A.
A detailed list of adjustments is available for public review in the Office of the City Clerk, Renton
City Hall.
SECTION III. This ordinance shall be effective upon its passage, approval, and five (5)
days after publication.
9b. ‐ Amending the 2010 Budget (See 8.a.)
Page 187 of 206
ORDINANCE NO.
PASSED BY THE CITY COUNCIL this day of , 2010.
Bonnie I. Walton, City Clerk
APPROVED BY THE MAYOR this day of , 2010.
Denis Law, Mayor
Approved as to form:
Lawrence J. Warren, City Attorney
Date of Publication:
ORD.1646:7/12/10:scr
9b. ‐ Amending the 2010 Budget (See 8.a.)
Page 188 of 206
ORDINANCE NO.
Exhibit A: 2010 Carry Forward Budget Adjustment Summary by Fund
2010 2nd Qtr Budget Adjustment Request Analysis/Summary
BEGINNING FUND BALANCE REVENUE I EXPENDITURES END FUND BALANCE
Fund/
000 GENERAL
001 COMMUNITY SERVICES
003 STREETS
004 COMMUNITY DEVELOPMENT BLOCK GRANT
005 MUSEUM
006 LIBRARY
009 FARMERS MARKET
010 FIRE AND EMERGENCY SVC MEMORIAL
011 FIRE AND EMERGENCY SVC HEALTH & WELLNESS
031 PARK MEMORIAL
201 1997 LIM GO BONDS-CFTY HALL
21 5 GENERAL GOVERNMENT MISC DEBT SVC
Total General Governmental Funds
102 ARTERIAL STREETS
108 LEASED CrTY PROPERTIES
110 SPECIAL HOTEL-MOTEL TAX
118 CUM 2755 (PATHS/TRAILS)
125 ONE PERCENT FOR ART
127 CABLE COMMUNICATIONS DEVELOPMENT
135 SPRINGBROOK WETLANDS BANK
219 1989 UNLIM GO BONDS-SR HOUSING
303 COMMUNITY SERVICES IMPACT MITIGATION
304 FIRE IMPACT MmGATION
305 TRANSPORTATION IMPACT MITIGATION
316 MUNICIPAL FACILITIES CIP
317 CAPITAL MPROVEMENT
318 SOUTH LAKE WA INFRASTRUCTURE PROJECT
326 HOUSING OPPORTUNrTY
402 AIRPORT OPERATIONS
403 SOLID WASTE UTILITY
404 MUNICIPAL GOLF COURSE SYSTEM
405 WATER OPERATIONS
406 WASTEWATER OPERATIONS
407 SURFACE WATER OPERATIONS
416 KING COUNTY METRO
422 AIRPORT CAPTTAL MPROVEMENT
424 MUNICIPAL GOLF COURSE SYSTEM CIP
425 WATER CIP
426 WASTEWATER CIP
427 SURFACE WATER CIP
471 WATERWORKS RATE STABILIZATION
501 EQUIPMENT RENTAL
502 INSURANCE
503 INFORMATION SERVICES
504 FACILITIES
505 COMMUNICATIONS
512 HEALTHCARE INSURANCE
522 LEOFF1 RETIREES HEALTHCARE
611 FIREMENS PENSION
Total Other Funds
TOTAL ALL FUNDS
2010 Budgeted
Beg Fund Bal
8,535,013
958,009
1,391,648
(6,528)
64,705
706,011
60,571
936
4,303
175,066
1,448
64,103
11,955,285
200,686
837,613
247,828
3,264
143,796
89,391
459,528
79,340
1,066,593
2,363,522
2,167,133
6,933,186
2,892,341
114,039
201,653
415,929
326,034
798,278
4,294,833
1,887,815
2,448,845
46,504
633,154
287,523
2,862,275
841,219
1,533,997
15,605
4,593,399
6,039,509
1,647,931
91,175
111,818
4,792,452
2,820,473
4,332,817
58,621,498
70,576,783
2010 Budget 2010 Adjusted
Changes Fund Bal
8,535,013
958,009
1,391,648
(6,528)
64,705
706,011
60,571
936
4,303
175,066
1,448
64,103
11,955,285
200,686
837,613
247,828
3,264
143,796
89,391
459,528
79,340
1,066,593
2,363,522
2,167,133
6,933,186
2,892,341
114,039
201,653
415,929
326,034
798,278
4,294,833
1,887,815
2,448,845
46,504
633,154
287,523
2,862,275
841,219
1,533,997
15,605
4,593,399
6,039,509
1,647,931
91,175
111,818
4,792,452
2,820,473
4,332,817
68*621/498
70,576,783
2010 Budgeted
Revenue
74,520,193
9,557,924
7,201,490
532,635
192,621
1,888,252
44,280
-
25,000
-
2,033,177
2,547,376
98,542,948
620,000
1,669,586
245,000
-
35,000
85,000
-
-
60,000
100,000
200,000
1,333,553
30,582,042
-
-
1,917,163
15,025,000
2,483,545
11,316,610
6,070,737
5,783,148
11,211,935
1,578,000
150,000
3,460,000
3,153,781
3,916,003
-
3,631,241
3,287,584
4,194,774
4,705,475
1,049,671
12,358,471
2,235,684
300,000
132,759,003
231,301,951
2010 Budget
Changes
172,975
-
254,750
-
-
-
-
-
-
-
-
6,613,483
7,041,208
-
-
-
-
-
-
-
-
-
-
-
770,000
-
-
-
2,000
-
300
(5,000)
5,000
-
-
-
-
-
121,006
-
-
-
-
-
-
-
-
-
893,306
7,934,514
2010 Adjusted
Revenue
74,693,168
9,557,924
7,456,240
532,635
192,621
1,888,252
44,280
-
25,000
-
2,033,177
9,160,859
105,584,156
620,000
1,669,586
245,000
-
35,000
85,000
-
-
60,000
100,000
200,000
1,333,553
31,352,042
-
-
1,917,163
15,027,000
2,483,545
11,316,910
6,065,737
5,788,148
11,211,935
1,578,000
150,000
3,460,000
3,153,781
4,037,009
-
3,631,241
3,287,584
4,194,774
4,705,475
1,049,671
12,358,471
2,235,684
300,000
133,652,309
239,236,465
2010 Budgeted
Expenditure
72,517,802
10,461,433
8,543,138
532,227
194,120
2,544,263
34,311
-
25,000
-
1,984,625
2,510,320
99,347,239
620,000
1,511,561
245,000
-
50,000
85,674
-
79,340
-
560,000
1,810,000
7,621,771
32,413,734
114,000
200,000
1,001,800
15,025,000
2,566,837
11,560,951
6,780,650
6,641,884
11,211,935
1,831,485
302,499
5,510,000
3,995,000
5,450,000
-
3,413,927
4,170,106
4,841,706
4,326,200
877,560
12,462,810
2,248,907
550,475
150,080,812
249,428,051
2010 Budget
Changes
232,975
31,316
6,624
-
-
63,000
-
-
-
-
-
6,613,194
6,947,109
-
65,000
-
-
-
-
-
-
-
-
60,000
770,000
-
-
-
12,130
-
151,254
57,214
53,580
-
-
-
-
-
-
-
120
-
-
-
-
-
-
-
1,169,298
8,116,407
2010 Adjusted
Expenditure
72,750,777
10,492,749
8,549,762
532,227
194,120
2,607,263
34,311
-
25,000
-
1,984,625
9,123,514
106,294,348
620,000
1,511,561
310,000
-
50,000
85,674
-
79,340
-
560,000
1,810,000
7,681,771
33,183,734
114,000
200,000
1,001,800
15,037,130
2,566,837
11,712,205
6,837,864
6,695,464
11,211,935
1,831,485
302,499
5,510,000
3,995,000
5,450,000
-
3,414,047
4,170,106
4,841,706
4,326,200
877,560
12,462,810
2,248,907
550,475
151,250,110
257,544,458
Ending Fund
Balance
10,477,403
23,185
298,126
(6,120)
63,206
(13,000)
70,540
936
4,303
175,066
50,000
101,448
11,245,093
200,686
995,638
182,828
3,264
128,796
88,717
459,528
-
1,126,593
1,903,522
557,133
584,968
1,060,649
39
1,653
1,331,292
315,904
714,986
3,899,538
1,115,688
1,541,529
46,504
379,669
135,024
812,275
-
121,006
15,605
4,810,593
5,156,987
1,000,999
470,450
283,929
4,688,113
2,807,250
4,082,342
41,023,697
52,268,790
Reserved/
Designated
(1,544,954)
(175,066)
(1,720,020)
(1,955,020)
(838,706)
(497,632)
(5,275,000)
(3,738,843)
(674,672)
(4,082,342)
(17,062,215)
(18,782,235)
Available Fund
Balance
8,932,449
23,185
298,126
(6,120)
63,206
(13,000)
70,540
936
4,303
-
50,000
101,448
9,525,073
200,686
995,638
182,828
3,264
128,796
88,717
459,528
-
1,126,593
1,903,522
557,133
584,968
1,060,649
39
1,653
1,331,292
315,904
714,986
1,944,518
276,982
1,043,897
46,504
379,669
135,024
812,275
-
121,006
15,605
4,810,593
(118,013)
1,000,999
470,450
283,929
949,270
2,132,578
-
23,961,482
33,486,554
9
b
.
‐
A
m
e
n
d
i
n
g
t
h
e
2
0
1
0
B
u
d
g
e
t
(
S
e
e
8
.
a
.
)
P
a
g
e
1
8
9
o
f
2
0
6
CITY OF RENTON, WASHINGTON
ORDINANCE NO.
AN ORDINANCE OF THE CITY OF RENTON, WASHINGTON, AMENDING
CHAPTER 5, BUILDING AND FIRE PREVENTION STANDARDS, AND CHAPTER 9,
PERMITS - SPECIFIC, OF TITLE IV (DEVELOPMENT REGULATIONS) OF
ORDINANCE NO. 4260 ENTITLED "CODE OF GENERAL ORDINANCES OF THE CITY
OF RENTON, WASHINGTON", TO ADD A NEW SECTION 4-5-130 ENTITLED
"INTERNATIONAL PROPERTY MAINTENANCE CODE", RENUMBER THE CURRENT
SECTIONS 4-5-130, APPEALS, AND 4-5-140, VIOLATIONS OF THIS CHAPTER AND
PENALTIES, AND REPEAL SECTIONS 4-5-060, UNIFORM CODE FOR THE
ABATEMENT OF DANGEROUS BUILDINGS, 4-5-080, UNIFORM HOUSING CODE,
AND 4-9-050, DANGEROUS BUILDINGS - ABATEMENT OF.
THE CITY COUNCIL OF THE CITY OF RENTON, WASHINGTON, DOES ORDAIN AS
FOLLOWS:
SECTION I. Sections 4-5-060, Uniform Code for the Abatement of Dangerous
Buildings, and 4-5-080, Uniform Housing Code, of Chapter 5, Building and Fire Prevention
Standards, of Title IV (Development Regulations) of Ordinance No. 4260 entitled "Code of
General Ordinances of the City of Renton, Washington" are hereby repealed.
SECTION II. Chapter 5, Building and Fire Prevention Standards, of Title IV
(Development Regulations) of Ordinance No. 4260 entitled "Code of General Ordinances of the
City of Renton, Washington" is hereby amended to add a new section 4-5-130, entitled
"International Property Maintenance Code", to read as shown below. The current sections 4-5-
130, Appeals, and 4-5-140, Violations of this Chapter and Penalties, shall be renumbered as
sections 4-5-140 and 4-5-150, respectively.
4-5-130 INTERNATIONAL PROPERTY MAINTENANCE CODE:
A. CODE ADOPTED:
9c. ‐ Adopting New Minimum Maintenance Standards for the
International Property Maintenance Code (See 8.b.)Page 190 of 206
ORDINANCE NO.
The 2009 Edition of the International Property Maintenance Code is adopted
as amended, added to, or excepted in this title, and shall be applicable within the
City, except Sections 111, 303, 307, 308, and 507, which are not adopted.
B. AMENDMENTS:
The following amendments to the Code are hereby adopted:
1. Section 102.3 is amended to read as follows:
Application of other codes: Repairs, additions or alterations to a
structure, or changes of occupancy, shall be done in accordance with
procedures and provisions of the International Building Code,
International Fuel Gas Code, International Mechanical Code, Uniform
Plumbing Code and the Renton Electrical Code. Nothing in this code
shall be construed to cancel, modify or set aside any provision of the
Renton Municipal Code.
2. Section 103.5 is deleted in its entirety.
3. Sections 106.1 through 106.5 are deleted in their entirety.
4. Section 107.1 is amended to read as follows:
Notice to person responsible: Whenever the code official determines
that there has been a violation of this code or has grounds to believe
that a violation has occurred, notice shall be given in the manner
prescribed in section 107.2 as amended and the applicable provisions
of the RMC Section 1-3-2, Civil Enforcement of Code.
5. Section 107.2 is amended to read as follows:
Form: Such notice prescribed in section 107.1 shall be in accordance
with RMC 1-3-2. In addition to the information required by RMC 1-3-
2, the notice and order shall contain:
a. A statement that the building official has found the building to
be dangerous with a brief and concise description of the conditions
found to render the building dangerous under the provisions of
section 108 of this Code.
9c. ‐ Adopting New Minimum Maintenance Standards for the
International Property Maintenance Code (See 8.b.)Page 191 of 206
ORDINANCE NO.
b. Statements advising that if any required repair or demolition
work (without vacation being also required) is not commenced within
the time specified, the building official:
i. Will order the building vacated and posted to prevent
further occupancy until the work is completed; and
ii. May proceed to cause to be done and charge the costs
thereof against the property or its owner.
6. Sections 107.3 through 107.4 are deleted in their entirety.
7. Section 108.1 is amended to read as follows:
General: When a structure or equipment is found by the code official
to be unsafe, or when a structure is found unfit for human occupancy,
or is found unlawful, such structure shall be closed pursuant to the
provisions of this Code.
8. Section 108.2 is amended to read as follows:
Closing of vacant structures: If the structure is vacant and unfit for
human habitation and occupancy, and is not in danger of structural
collapse, the code official is authorized to post the structure "Do Not
Occupy" and order the structure to be closed up so as not to be an
attractive nuisance. Upon failure of the owner to close up such
premises within the time specified in the order, the code official shall
cause the premises to be closed and secured through any available
public agency or by contract or arrangement by private persons and
the cost thereof shall be charged against the real estate upon which
the structure is located and shall be a lien upon such real estate and
may be collected by any other legal resource.
9. Section 108.3 is amended and supplemented to read as follows:
Notice: Whenever the code official has closed a structure or locked
out equipment under the provisions of this section, notice shall be
posted in a conspicuous place in, on or about the structure or
equipment affected by such notice and served on the owner or the
person or persons responsible for the structure or equipment in
accordance with RMC 1-3-2. The notice shall be in the form
prescribed in section 107.2 as amended.
Every notice to vacate shall be issued, served and posted as an order
to cease activity under RMC 1-3-2C.
9c. ‐ Adopting New Minimum Maintenance Standards for the
International Property Maintenance Code (See 8.b.)Page 192 of 206
ORDINANCE NO.
10. Section 108.4 is amended and supplemented to read as follows:
Placarding: Upon failure of the owner or person responsible to
comply with the notice provisions within the time given, the code
official shall post on or at each entry of the premises a placard
indicating that the building is not fit for occupancy and other
information determined relevant by the building official.
11. Section 108.4.1 is amended to read as follows:
Placard removal: The code official shall remove the placard posted in
accordance with the provisions of section 108 whenever the defect or
defects upon which the action was based have been eliminated. Any
person who defaces or removes the placard without the approval of
the code official shall be subject to the penalties set forth in RMC 1-3-
2,
12. Section 108.6 is added to read as follows:
Repair, vacation and demolition: The following standards shall be
followed by the building official (and by the hearing examiner if an
appeal is taken) in ordering the repair, vacation or demolition of any
dangerous building or structure:
a. Any building declared a dangerous building under this Code
shall be made to comply with one of the following:
i. The building shall be repaired in accordance with the current
building code or other current code applicable to the type of
substandard conditions requiring repair;
ii. The building shall be demolished at the option of the
building owner; or
iii. If the building does not constitute an immediate danger to
the life, limb, property or safety of the public it may be vacated,
secured and maintained against entry.
b. If the building or structure is in such condition as to make it
immediately dangerous to the life, limb, property or safety of the
public or its occupants, it shall be ordered to be vacated.
13. Section 202 is amended to read as follows:
9c. ‐ Adopting New Minimum Maintenance Standards for the
International Property Maintenance Code (See 8.b.)Page 193 of 206
ORDINANCE NO.
The definitions of GARBAGE, INOPERABLE MOTOR VEHICLE, and
RUBBISH are hereby deleted.
14. Section 301.2 is amended to read as follows:
Responsibility: The owner of the premises shall maintain the
structures and exterior property in compliance with these
requirements, except as otherwise provided for in this code. A person
shall not occupy as owner-occupant or permit another person to
occupy premises which are not in a sanitary and safe condition and
which do not comply with the requirements of this section.
15. Subsection 301.3, Vacant buildings and land, is deleted in its entirety
and replaced by the following:
301.3 Vacant buildings: All vacant buildings and premises thereof
must comply with this Code. Vacant buildings shall be maintained in a
clean, safe, secure and sanitary condition provided herein so as not to
cause a blighting problem or otherwise adversely affect the public
health, safety or quality of life.
301.3.1 Appearance: All vacant buildings must appear to be
occupied, or appear able to be occupied with little or no repairs.
301.3.2 Security: All vacant buildings must be secured against
outside entry at all times. Security shall be by the normal building
amenities such as windows and doors having adequate strength to
resist intrusion. All doors and windows must remain locked. There
shall be at least one operable door into every building and into each
housing unit. Exterior walls and roofs must remain intact without
holes.
301.3.2.1 Architectural (cosmetic) structural panels: Architectural
structural panels may be used to secure windows, doors and other
openings provided they are cut to fit the opening and match the
characteristics of the building. Architectural panels may be of exterior
grade finished plywood or Medium Density Overlaid plywood (MDO)
that is painted to match the building exterior or covered with a
reflective material such as plexi-glass.
9c. ‐ Adopting New Minimum Maintenance Standards for the
International Property Maintenance Code (See 8.b.)Page 194 of 206
ORDINANCE NO.
Exception: Untreated plywood or similar structural panels may be
used to secure windows, doors and other openings for a maximum
period of thirty (30) days.
301.3.2.2 Security fences: Temporary construction fencing may be
used for a maximum period of thirty (30) days as a method to secure
a building from entry.
301.3.3 Weather protection: The exterior roofing and siding shall be
maintained as required in section 304.
301.3.4 Fire Safety:
301.3.4.1 Fire protection systems: All fire suppression and alarms
systems shall be maintained in a working condition and inspected as
required by the Fire and Emergency Services Department.
301.3.4.2 Flammable liquids: No vacant building or premises or
portion thereof shall be used for the storage of flammable liquids or
other materials that constitute a safety or fire hazard.
301.3.4.3 Combustible materials: All debris, combustible materials,
litter and garbage shall be removed from vacant buildings, their
accessory buildings and adjoining yard areas. The building and
premises shall be maintained free from such items.
301.3.4.3 Fire inspections: Periodic Fire and Emergency Services
Department inspections may be required at intervals set forth by the
fire chief or his or her designee.
301.3.5 Plumbing fixtures: Plumbing fixtures connected to an
approved water system, an approved sewage system, or an approved
natural gas utility system shall be installed in accordance with
applicable codes and be maintained in sound condition and good
repair or removed and the service terminated in the manner
prescribed by applicable codes.
301.3.5.1 Freeze protection: The building's water systems shall be
protected from freezing.
301.3.6 Electrical: Electrical service lines, wiring, outlets or fixtures
not installed or maintained in accordance with applicable codes shall
be repaired, removed or the electrical services terminated to the
building in accordance with applicable codes.
9c. ‐ Adopting New Minimum Maintenance Standards for the
International Property Maintenance Code (See 8.b.)Page 195 of 206
ORDINANCE NO.
301.3.7 Heating: Heating facilities or heating equipment in vacant
buildings shall be removed, rendered inoperable, or maintained in
accordance with applicable codes.
301.3.8 Interior floors: If a hole in a floor presents a hazard, the hole
shall be covered and secured with three-quarter inch (3/4") plywood,
or a material of equivalent strength, cut to overlap the hole on all
sides by at least six inches (6").
301.3.9 Termination of utilities: The code official may, by written
notice to the owner and to the appropriate water, electricity or gas
utility, request that water, electricity, or gas service to a vacant
building be terminated or disconnected.
301.3.9.1 Restoration of service: If water, electricity or gas service
has been terminated or disconnected pursuant to section 313.9, no
one except the utility may take any action to restore the service,
including an owner or other private party requesting restoration of
service until written notification is given by the code official that
service may be restored.
301.3.10 Notice to person responsible: The code official may inspect
the building and premises whenever the code official has reason to
believe that a building is vacant, subject to a duly issued court
warrant, if there is a present danger, or under the terms of the City's
community caretaking function. If the code official determines that a
vacant building violates any provision of this section, the code official
shall notify in writing, the owner of the building or real property upon
which the building is located, or other person responsible, of the
violations and required corrections and shall be given a time frame to
comply.
301.3.10.1 Alternate requirements: The requirements and time
frames of this section may be modified under an approved Plan of
Action. Within thirty (30) days of notification that a building or real
property upon which the building is located, is in violation of this
section, an owner may submit a written Plan of Action for the code
official to review and approve if found acceptable. A Plan of Action
may allow:
1) Extended use of non-architectural panels.
2) Extended use of temporary security fencing.
3) Extended time before the demolition of a building is required.
7 9c. ‐ Adopting New Minimum Maintenance Standards for the
International Property Maintenance Code (See 8.b.)Page 196 of 206
ORDINANCE NO.
4) For substandard conditions to exist for a specific period of time,
provided the building is secured in an approved manner. When
considering a Plan of Action, the building official shall take into
consideration the magnitude of the violation and the impact to the
neighborhood.
301.3.11 Enforcement: Violations of this section shall be enforced
according to the provisions and procedures of RMC 1-3-2 and subject
to the monetary penalties contained therein.
301.3.11.1 Abatement: A building or structure accessory thereto that
remains vacant and open to entry after the required compliance date
is found and declared to be a public nuisance. The code official is
hereby authorized to summarily abate the violation by closing the
building to unauthorized entry. The costs of abatement shall be a lien
against the real property and may be collected from the owner in the
manner provided by law.
301.3.11.2 Unsafe buildings and equipment: Any vacant building or
equipment therein, declared unsafe is subject to the provisions of
section 108 and the demolition provisions of section 110.
16. Section 302.4 is amended to read as follows:
Weeds: All premises and exterior property shall be maintained free
from weeds or plant growth in excess of twelve inches in height on
development property or twenty-four inches (24") in height on
vacant land. All noxious weeds shall be prohibited. Weeds shall be
defined as all grasses, annual plants and vegetation, other than trees
or shrubs; provided, however, this term shall not include cultivated
flowers and gardens.
Upon failure of the owner or agent having charge of a property to
cut and destroy weeds after service of a notice of violation, they
shall be subject to the provisions of RMC 1-3-2 Civil Enforcement of
Code.
17. Section 308 is deleted in its entirety and replaced with a new Section
308 Residential Outdoor Storage, which shall read as follows:
308 Residential Outdoor Storage:
308.1 Purpose: The purpose of this section is to define and regulate
the outdoor storage of materials on residential property while
9c. ‐ Adopting New Minimum Maintenance Standards for the
International Property Maintenance Code (See 8.b.)Page 197 of 206
ORDINANCE NO.
maintaining the character and use intended for single family
residential neighborhoods. For purposes of this section, residentially
zoned property is any property zoned RC, Rl, R4 or R8.
308.2 Allowed residential outdoor storage: For RC and Rl zoned
properties, a maximum of 400 square feet of area may be used for
outdoor storage. For R4 and R8 zoned properties, a maximum of two
hundred (200) square feet of area may be used for outdoor storage.
308.3 Prohibited areas for outdoor storage: Outdoor storage is
prohibited on residentially zoned property in the following areas:
Front yards
Side yards
Slopes greater than 15%
Designated open spaces or restricted areas
Critical areas, including wetland, streams and associated buffer areas
308.4 Emergency access: Outdoor storage areas shall not prevent
emergency access to the residential structure or any other building-
SOS.5 Business related storage: Materials stored outdoors on
residentially zoned properties shall not be owned by or used in any
business or industry including a home occupation business.
308.6 Height limitations: Materials stored outdoors on residentially
zoned properties shall be neatly stacked and not exceed a height of
six feet (6'). Tarps may not be utilized for screening outdoor storage.
308.7 Firewood: Firewood must be split, neatly stacked, and
intended for use on the premises on which it is stored. Tarps may be
used to protect firewood.
308.8 Membrane structures: Membrane structures are considered
outdoor storage, and subject to the location restrictions in section
308.3. Such structures shall not exceed two hundred (200) square
feet in area. Membrane structures shall be immediately removed or
repaired in the event of disrepair or in the event of damage caused by
weather, fire, collision, accident or other forms of damage. Tarps and
makeshift covers are prohibited for this use.
9c. ‐ Adopting New Minimum Maintenance Standards for the
International Property Maintenance Code (See 8.b.)Page 198 of 206
ORDINANCE NO.
308.9 Prohibited materials: Shipping containers and other similar
storage units do not qualify as accessory buildings on residentially
zoned properties, and are prohibited. Hazardous materials are also
prohibited for outdoor storage on residentially zoned properties.
C. COPY ON FILE:
At least one (1) copy of the adopted edition of the International Property
Maintenance Code shall be on file in the office of the City Clerk.
SECTION III. Section 4-9-050, Dangerous Buildings - Abatement Of, of Chapter 9,
Permits - Specific, of Title IV (Development Regulations) of Ordinance No. 4260 entitled "Code
of General Ordinances of the City of Renton, Washington" is hereby repealed.
SECTION IV. This ordinance shall be effective upon its passage, approval, and thirty
(30) days after publication.
PASSED BY THE CITY COUNCIL this day of. ., 2010.
Bonnie I. Walton, City Clerk
APPROVED BY THE MAYOR this day of. , 2010.
Approved as to form:
Lawrence J. Warren, City Attorney
Denis Law, Mayor
Date of Publication:
ORD:1649:7/20/10:scr
10 9c. ‐ Adopting New Minimum Maintenance Standards for the
International Property Maintenance Code (See 8.b.)Page 199 of 206
CITY OF RENTON, WASHINGTON
ORDINANCE NO.
AN ORDINANCE OF THE CITY OF RENTON, WASHINGTON, AMENDING SECTION
1-3-5, UNFIT DWELLINGS, BUILDINGS AND STRUCTURES, OF CHAPTER 3,
REMEDIES AND PENALTIES, OF TITLE I (ADMINISTRATIVE) OF ORDINANCE NO.
4260 ENTITLED "CODE OF GENERAL ORDINANCES OF THE CITY OF RENTON,
WASHINGTON", TO AMEND THE REGULATIONS REGARDING UNFIT BUILDINGS.
THE CITY COUNCIL OF THE CITY OF RENTON, WASHINGTON, DOES ORDAIN AS
FOLLOWS:
SECTION I. Subsection 1-3-5D, Complaint, of Chapter 3, Remedies and Penalties, of
Title I (Administrative) of Ordinance No. 4260 entitled "Code of General Ordinances of the City
of Renton, Washington", is hereby amended as follows:
D. Complaint: If, after a preliminary investigation of any building or
premises, the building official finds that it is unfit, substandard, boarded-up and
unfit for use as a dwelling, building or structure, or required to be boarded-up
and unfit for use as a dwelling, building or structure; he or she shall cause the
owners to be served, either personally or, if personal service cannot be obtained,
by first class and certified mail, with return receipt requested, and shall post in a
conspicuous place on such property, a complaint stating in what respect such
building is unfit for human habitation or other use or is substandard or that it is
or should be a boarded-up building, together with the corrective action to be
taken and the fees and costs to be paid. If the whereabouts of such person are
unknown and cannot be ascertained by the building official in the exercise of
reasonable diligence, he or she shall make an affidavit to that effect, then the
9d. ‐ Amending Unfit Building Regulations (See 8.b.)
Page 200 of 206
ORDINANCE NO.
serving of such complaint or order upon such persons may be made either by
personal service or by mailing a copy of the notice and orders by certified mail,
postage prepaid, return receipt requested, to each person at the address
appearing on the last equalized tax assessment roll of the county where the
property is located, or at the address known to the county assessor. A copy of
the notice and order shall also be mailed, addressed to each person, at the
address of the building involved in the proceedings, if different, and to each
person or party having a recorded right, title, estate, lien, or interest in the
property. A copy of the complaint shall be posted in a conspicuous place on the
property. Such complaint shall contain a notice that a hearing will be held
before the director at a place therein fixed, not less than 10 days nor more than
30 days after the service of such complaint, that all parties in interest shall be
given the right to file an answer to the complaint, and to appear in person or
otherwise and give testimony at the time and place fixed in the complaint. A
copy of such complaint shall also be filed with the auditor of King County, and
such filing of the complaint or order shall have the force and effect of a lis
pendens.
SECTION II. Subsection 1-3-5F.2, of subsection 1-3-5F, Hearings Before the Director,
of Chapter 3, Remedies and Penalties, of Title I (Administrative) of Ordinance No. 4260 entitled
"Code of General Ordinances of the City of Renton, Washington", is hereby amended as
follows:
9d. ‐ Amending Unfit Building Regulations (See 8.b.)
Page 201 of 206
ORDINANCE NO.
2. The director shall conduct an administrative hearing. The hearing
shall bo governed by the civil rules of superior court for tho state of Washington,
but the strict rules of evidence shall not bo applied. Any party wishing to testify
shall bo sworn on oath. The application of the strict rules of evidence prevailing
in courts of law or equity shall not be controlling in hearings before the director
or Hearing Examiner, but the director or Hearing Examiner may hear evidence
that is generally reliable including, where appropriate, hearsay evidence. The
building official or his or her designee and the owner may participate as parties
in the hearing and each party may call witnesses. Any complainant or person
affected by the violation may appear and present evidence. The City shall have
the burden of demonstrating by a preponderance of evidence that a violation
has occurred and that the required corrective action is reasonable.
SECTION III. Subsection 1-3-5G.2, of subsection 1-3-5G, Hearings Before the Hearing
Examiner, of Chapter 3, Remedies and Penalties, of Title I (Administrative) of Ordinance No.
4260 entitled "Code of General Ordinances of the City of Renton, Washington", is hereby
amended as follows:
2. Within 30 days from the date of service and posting of an order of
the director, an owner may file an appeal with the hearing examiner by filing a
written notice of appeal with the City Clerk setting out the reasons he believes
the findings or order of the director to be erroneous. There will be not less than
10 or more than 30 days from the date of said appeal or referral and the hearing.
Notice of the time and place of the hearing shall be made in accord with RMC ±-
9d. ‐ Amending Unfit Building Regulations (See 8.b.)
Page 202 of 206
ORDINANCE NO.
*©-5 4-8-110E. The matter of the appeal will be scheduled for public hearing
before the hearing examiner so as to allow 10 days' notice of the hearing to the
appellant and all interested parties and to permit final decision thereon to be
made within 60 days after the filing of the appeal. The filing of the notice of
appeal shall stay the order of the director, except so much thereof as requires
temporary measures, such as securing of the building to minimize any emergent
danger to the public health or safety.
SECTION IV. Subsection 1-3-5H.1, of subsection 1-3-5H, Enforcement, of Chapter 3,
Remedies and Penalties, of Title I (Administrative) of Ordinance No. 4260 entitled "Code of
General Ordinances of the City of Renton, Washington", is hereby amended as follows:
1. The order of the director or the hearing examiner may prescribe
times within which demolition shall be commenced or completed. If the action is
not commenced or completed within the prescribed time, or if no time is
prescribed within the time for appeal, the building official may seek the
appropriate warrant from King County Superior Court to enter upon the
property, and cause the building to be demolished and the premises to be
suitably filled and cleared as provided by RMC 1 10 4. If satisfactory progress has
been made and sufficient evidence is presented that the work will be completed
within a reasonable time, the director or the hearing examiner may extend the
time for completion of the work. If satisfactory or substantial progress has not
been made, the director or the examiner may cause the building to be
demolished and the premises suitably filled and cleared as provided by RMC 1
9d. ‐ Amending Unfit Building Regulations (See 8.b.)
Page 203 of 206
ORDINANCE NO.
40-4. The building official shall lot bids for any demolition in accordance with
RMC 1 10 10.
SECTION V. Subsections 1-3-51.2 and 1-3-51.5, of subsection 1-3-51, Costs, of Chapter
3, Remedies and Penalties, of Title I (Administrative) of Ordinance No. 4260 entitled "Code of
General Ordinances of the City of Renton, Washington", are hereby amended as follows:
2. The costs of abatement, repair, alteration or improvement, or
vacating and closing, or removal or demolition, when borne by the City, shall bo
assessed against the roal property upon which such costs woro incurred as a lion
unless paid. The City Clerk shall certify to the County Treasurer the confirmed
amount of the actual costs and expenses as provided in Subsection 1.1 above.
Upon certification to him or her by the City Clerk, the County Treasurer shall
enter the amount of such assessment upon the tax rolls against the property for
the current year, and the same shall become a part of the general taxes for that
year to be collected at the same time and with interest at such rates and in such
manner as provided for in RCW 84.56.020 for delinquent taxes, and when
collected to be deposited to the credit of the general fund of the City of Renton.
The assessment shall constitute a lien against the property which shall be of
equal rank with state, county and municipal taxes.
9d. ‐ Amending Unfit Building Regulations (See 8.b.)
Page 204 of 206
ORDINANCE NO.
5. In addition to actual abatement costs, the following administrative
fees shall be assessed and collected in the same manner:
a. Where abatement is accomplished prior to director hearing:
$300.00; provided, the building official may waive these fees if abatement is
complete 48 hours prior to a director hearing; or
b. Where abatement is accomplished subsequent to or less than
48 hours prior to a director hearing: $1,500; or
c. Where abatement is accomplished following breach of an
agreement or understanding between a property owner and building official,
director, or hearing examiner: $3,000; or
d. Where the abatement is accomplished by the City following
hearing or default of the property owner: $3,000.
SECTION VI. This ordinance shall be effective upon its passage, approval, and thirty
(30) days after publication.
PASSED BY THE CITY COUNCIL this day of , 2010.
Bonnie I. Walton, City Clerk
APPROVED BY THE MAYOR this day of , 2010.
Denis Law, Mayor
9d. ‐ Amending Unfit Building Regulations (See 8.b.)
Page 205 of 206
ORDINANCE NO..
Approved as to form:
Lawrence J. Warren, City Attorney
Date of Publication:
ORD:1647:7/20/10:scr
9d. ‐ Amending Unfit Building Regulations (See 8.b.)
Page 206 of 206