Loading...
HomeMy WebLinkAboutCouncil 08/10/2009AGENDA RENTON CITY COUNCIL REGULAR MEETING August 10, 2009 Monday, 7 p.m. 1. CALL TO ORDER AND PLEDGE OF ALLEGIANCE 2. ROLL CALL 3. SPECIAL PRESENTATION: Meritorious Service Award to Engine Crew 11 for Wells Ave. Fire 4. PUBLIC HEARING: Leveraging State funds for local revitalization financing by establishing "revitalization areas," potentially identified are South Lake Washington and Port Quendall 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. NOTICE to all participants: pursuant to state law, RCW 42.17.130, campaigning for any ballot measure or candidate from the lectern during any portion of the council meeting, and particularly, during the audience comment portion of the meeting, is PROHIBITED. 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 8/3/2009. Council concur. b. Community Services Department submits CAG-08-201, Liberty Park Ballfield Lighting; and requests approval of the project, commencement of a 60-day lien period, and release of retained amount of $11,323.07 to Service Electric Company, Inc., contractor, if all required releases are obtained. Council concur. c. Fire and Emergency Services Department recommends approval of an agreement with the Washington State Military Department to provide Department of Homeland Security Emergency Management Performance Grant funds in the amount of $109,696, and approval for appropriation and expenditure of the funds to support the emergency management program. Council concur. (See 9.c. for ordinance.) d. Transportation Systems Division recommends approval of Supplemental Agreement No. 1 to CAG-09-075, with WHPacific, in the amount of $64,433 for additional services for the Stage II Lake Washington Trail South Lake Connector project. Council concur. 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 topic may be held by the Chair if further review is necessary. a. Committee of the Whole: Leveraging State Funds for Local Revitalization Areas* (CONTINUED ON NEXT PAGE) b. Finance Committee: Lease Amendment with LSI Logic Corporation; 2009-2010 High School Golf Team Fee Waivers; Valley Cities Association Federal Grant Funding*; Legislative Consulting Contract with Doug Levy 9. RESOLUTIONS AND ORDINANCES Resolution: Valley Cities Association Federal grant funding re: Broadband Technology Opportunities Program (See 8.b.) Ordinances for first reading: a. Designate South Lake Washington as a local revitalization area (See 8.a.) b. Designate Port Quendall as a local revitalization area (See 8.a.) c. 2009 Budget amendment re: Emergency Management Performance Grant (See 7.c.) 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 10, 2009 Monday, 6:00 p.m. Fire Districts 25 and 40 - Meet & Greet • 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 RE-CABLECAST TUES. & THURS. AT 11 AM & 9 PM, WED. & FRI. AT 9 AM & 7 PM AND SAT. & SUN. AT 1 PM & 9 PM Y o NOTICE - RENTON CITY COUNCIL PUBLIC HEARING ON MONDAY, AUGUST 10, 2009 AT 7:00 P.M. RENTON CITY HALL COUNCIL CHAMBERS 1055 SOUTH GRADY WAY TO CONSIDER THE FOLLOWING: Leveraging State funds for local revitalization financing by establishing "revitalization areas" (RAs), as authorized by the State Legislature's recent passage of 2nd substitute Senate Bill 504S. Two potential RAs identified are South Lake Washington and Port Quendall. The South Lake Washington area is generally located between the southern boundary of Gene Coulon Memorial Beach Park to the northeast, Lake Washington to the north, Logan Avenue North to the west, North 61h and North 7th Streets to the south and Garden Avenue North to the east. A map of the precise proposed Revitalization Area is available at www.rentonwa.gov. The Port Quendall area is generally located between Lake Washington to the west, the City of Renton boundary to the east, SE 76th Street (if extended) to the north and North 40th Street (if extended) to the south. A map of the precise proposed Revitalization Area is available at www.rentonwa.gov. For the South Lake Washington area, the City is contemplating the following public improvements, with corresponding preliminary cost estimates: • extension of Park Avenue north from The Landing to the Southport development (approximately $5 million) • channelization and other roadway improvements on Garden Avenue South at Park Avenue (approximately $3 million) • Highlands to The Landing Trail (approximately $2 million) • Lake Washington Boulevard corridor improvements (approximately $5 million) • water and sewer system upgrades (approximately $2.5 million) • Bus Rapid Transit facilities and 700-stall transit -related parking garage (approximately $35 million) For the Port Quendall area, the City is contemplating the following public improvements, with corresponding preliminary cost estimates: • reconstruction and signalization improvements on Lake Washington Boulevard and NE 44th (approximately $7 million) • frontage improvements along Seahawks Way and Lake Washington Boulevard, including an extension of May Creek Trail (approximately $5 million) • new reservoir and water and sewer system improvements (approximately $9 million) • reclaimed water facility (approximately $6 million) • public amenities, including the potential for as much as 3-5 acres of waterfront habitat restoration, public open space, trails, and potential plaza(s), and funding for maintenance of these areas (approximately $40 million). The City anticipates that approximately twenty-five (2S%) of the above -mentioned public improvement costs will be financed by the Local Revitalization Financing (LRF) program, if awarded by the State, with the remainder to be funded by the project developers, together with potential grants, and other public/private funding sources. The City will consider dedicating a portion of excise tax and property tax allocation revenues needed, together with other resources, for a period not to exceed twenty-five years to match the amount of LRF funding awarded from the State to finance the above proposed improvements. CITY OF RENTON COUNCIL AGENDA BILL Al #: Submitting Data: For Agenda of: DepuDiv/Board.. Community Services/Parks Division A Agenda Status Staff Contact...... Todd Black, ext. 6571 Consent .............. Subject: Public Hearing... Retention Pay Application Correspondence.. Liberty Park Ballfield Lights & Poles Ordinance............ Service Electric Company, Inc. Resolution............ File No. CAG-08-201 Old Business........ Exhibits: New Business....... Notice of Completion of Public Works Contract Study Sessions....... Information........ . Recommended Action: Approvals: Council Concur Legal Dept......... Finance Dept...... Other ............... X 10, 2009 Fiscal Impact: Expenditure Required... $ 11, 323.07 Transfer/Amendment....... Amount Budgeted.......... $ 285,000.00 Revenue Generated......... $15,000.00 (Custer Fund) Total Project Budget $ 285,000.00 City Share Total Project $270,000.00 Summary of Action: The Community Services Department submits CAG-08-201, Liberty Park Ballfield Lights & Poles, for release of retainage. The project started on March 9, 2009, and was completed on May 7, 2009. The contractor, Service Electric Company, Inc., fulfilled the terms of their contract by installing athletic field lighting improvements to Liberty Park. STAFF RECOMMENDATION: Approve the project, commence the 60 day lien period, release the retained amount of $11,323.07 to Service Electric Company, Inc., contractor, once all required releases are obtained. S i sTATE State of Washington o� 04 z Department of Revenue 9 w- $ Audit Procedures & Administration PO Box 47474 1889 a Olympia, Washington 98504-7474 Reg.No.: Date: NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT From: DEPARTMENT USE ONLY City of Renton Assigned To 1055 South Grady Way Renton, WA 98055-2132 Date Assigned Notice is hereby given relative to the completion of contract or project described below. Description of Contract Ballfield lighting and wiring at Liberty Park Contractor's Name Service Electric Company, Inc. Phone No. 800-577-4779 Contractor's Address 1615 First Street; P.O. Box 1489; Snohomish, WA 98291-1489 Date Work Commenced March 9, 2009 Date Work Completed April 20, 2009 Date Work Accepted May 7, 2009 Surety or Bonding Co. Kibble & Prentice, a USI Co. Agent's Address P.O. Box 370; Seattle, WA 98111 Contract Amount: Additions or Reductions: Sales Tax: Total $ 215,199.90 $ 11,261.33 S 20.670.47 $ 247,131.70 UZ Phone No: Amount Disbursed: $ 235,808.73 Amount Retained: $ 11,323.07 Total: $ 247,131.80 (Disbursing Officer) The Disbursing Officer must complete and mail THREE copies of this notice to the Department of Revenue, Olympia, Washington 98504- 7474, immediately after acceptance of the work done under this contract. NO PAYMENTS SHALL BE MADE FROM RETAINED FUND until receipt of Department's certificate, and then only in accordance with said certificate. FORM REV 31 0020 (12-92) Notice of Completion CITY OF RENTON COUNCIL AGENDA BILL submitting Data: Dept/Div/Board.. Fire & Emergency Services Department/Emergency Management Staff Contact...... Deborah Needham, x 7027 Emergency Management Director )ject: Washington State Military Department and Department of Homeland Security Emergency Management Performance Grant (EMPG), Contract #E09-272 Issue Paper 2009 Emergency Management Performance Grant Ordinance `7 AI #: August 10, 2009 Consent .............. Public Hearing.. Correspondence.. Ordinance ............. Resolution........... . Old Business........ New Business....... Study Sessions...... Information........ . X X Recommended Action: Approvals: Legal Dept......... X Council Concur. Finance Dept...... Other...... Risk Management X Fiscal Impact: Expenditure Required... $0.00 Transfer/Amendment....... $0.00 Amount Budgeted....... $0.00 Revenue Generated......... $109,696.00 Total Project Budget N/A 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 2009, per requirements of the EMPG. 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 #E09-272 in the amount of $109,696.00, and adopt the ordinance allowing appropriation of grant funds in 2009. FIRE & EMERGENCY SERVICES DEPARTMENT D city of Y , M E M O R A N D U M DATE: August 10, 2009 TO: Randy Corman, Council President Members of the City Council VIA: �(Denis Law, Mayor Gr FROM: I. David Daniels, Fire Chief/Emergency Services Administrator i STAFF CONTACT: Deborah Needham, Emergency Management Director SUBJECT: 2009 Emergency Management Performance Grant (EMPG) ISSUE The purpose of the Emergency Management Performance Grant (EMPG) is to assist in the development, maintenance and improvement of local emergency management programs. RECOMMENDATION Staff recommends that the City of Renton Council concur and authorize the Mayor and City Clerk to sign and execute the Washington State Military Department and the Department of Homeland Security Emergency Management Performance Grant (EMPG) Contract #E09-272 and corresponding resolution. It is further recommended that the City of Renton Council authorize the Mayor and City Clerk to sign the ordinance allowing appropriation of grant funds in 2009. BACKGROUND The EMPG provides supplemental funding to support key components of a comprehensive national emergency management system for disasters and emergencies that may result from natural disasters, accidental or man -caused events. Although EMPG funding is relatively stable the amount cannot be guaranteed. The City can reasonably expect a minimum of $35,000, which was anticipated as revenue and reflected in the 2009 budget. An additional $74,696 was ultimately granted, bringing the total award for the year's EMPG to $109,696. CONCLUSION The City of Renton's Emergency Management capabilities would be greatly enhanced by the approval of the Emergency Management Performance Grant (EMPG), corresponding resolution as well as the related ordinance allowing appropriation of grant funds in 2009. Washington State Military Department CONTRACT FACE SHEET 1. Contractor Name and Address: 2. Contract Amount: 3. Contract Number City of Renton Emergency Management Division $ 109,696 E09-272 1055 South Grady Way Renton, WA 98057 4. Contractor's Contact Person, phone number: 5. Contract Start Date: 6. Contract End Date: Deborah Needham (425) 430-7027 October 1, 2008 May 15, 2010 dneedham@rentonwa.gov 7. MD Program Manager/phone number: 8. State Business License #: 9. UBI # (state revenue): Charma Anderson (253) 512-7064 NA 177-000-094 c.anderson@emd.wa.gov 10. Funding Authority: Washington State Military Department (Department) and the U.S. Department of Homeland Security (DHS) 11. Funding Source Agreement #: 12. Program Index # & OBJ/SUB-OJ 13. CFDA # & Title: 14. TIN or SSN: 2009-EP-E9-0010 79313, 79314 NZ 97.042 EMPG 91-6001271 15. Service Districts: 16. Service Area by County(ies): 17. Women/Minority-Owned, State (BY LEG DIST): 5,11,33,37,41,47 King County Certified?: X N/A ❑ NO (BY CONG DIST): 7, 8, 9 ❑ YES, OMWBE # 18. Contract Classification: 19. Contract Type (check all that apply): ❑ Personal Services ❑ Client Services X Public/Local Gov't X Contract ❑ Grant ❑ Agreement ❑ Collaborative Research ❑ A/E ❑ Other ❑ Intergovernmental (RCW 39.34) ❑ Interagency 20. Contractor Selection Process: 21. Contractor Type (check all that apply) X "To all who apply & qualify" ❑ Competitive Bidding ❑ Private Organization/Individual ❑ For -Profit ❑ Sole Source ❑ A/E RCW ❑ N/A X Public Organization/Jurisdiction X Non -Profit ❑ Filed w/OFM? ❑ Advertised? ❑ YES ONO ❑ VENDOR X SUBRECIPIENT ❑ OTHER 22. BRIEF DESCRIPTION: Provide U.S. Department of Homeland Security (DHS) Emergency Management Performance Grant (EMPG) funds to locr' jurisdictions and tribes that have emergency management programs to support and enhance their emergenc management operating budget in an effort to enhance their emergency management program. 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 Terms and Conditions, General Terms and Conditions, Statement of Work, and Budget 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: FOR THE CONTRACTOR: Signature Date Signature Date James M. Mullen, Director Denis Law, Mayor Emergency Management Division Washington State Military Department For APPROVED AS TO FORM: City of Renton Emergency Management Division Sara J. Finlay (signature on file) 9/12/2007 Attest: Assistant Attorney General Bonnie I. Walton, City Clerk rorm lU/Z//UU Kao DHS-EMPG-FFY 09 Page 1 of 21 City of Renton EMD E09-272 SPECIAL TERMS AND CONDITIONS ARTICLE 1-- 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. Some flexibility to shift funds between/among budget categories is allowed as follows: Changes to any single budget category in excess of 10% or $100, whichever is greater, will not be reimbursed without the prior written authorization of the Department. Budget categories are as specified or defined in the budget sheet of the contract. ARTICLE 11 -- REPORTS: In addition to the reports as may be required elsewhere in this contract, the Contractor 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 as specified in Attachment A Invoices must be submitted no more frequently than monthly and it is recommended that invoices be submitted at least bi-annually. Final Invoice 1 No later than 45 days (shall not exceed overall contract amount) following the contract end date All contract work must end on the contract end date, however the Contractor has up to 45 days after the contract end date to submit all final billing. Technical #/Copies Bi-Annual Strategy Implementation Report Electronic Performance Report Electronic Final Report Electronic NIMS Compliance Progress Reports Electronic Due Date January 15 & July 15 October 15, 2009 No later than 45 days following the contract end date September 30, 2009 All contract work must end on the contract end date, however the Contractor has up to 45 days after the contract end date to submit all final reports, invoices and deliverables. The Bi-Annual Strategy Implementation Report will be submitted via DHS's web -based grant reporting tool located at https://www.reportin.g.odD.dhs.gov/. The Performance Report and the Final Report will be submitted via the Military Department's web -based grant management, e-GMS, tool located at https://fortress.wa.gov/mil/gms/qms/. 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.; Deborah Needham Name , Charma,Andersrsrr' `Title Director Tale sIVIPG:`'rogam Martager 5-,Mail dneedham@rentonwa.gov iu ail, i ;c Anderson@ernd wa ?hOne,°. (425) 430-7027 Phone (�53)12zrOf4,.. , DHS-EMPG-FFY 09 Page 2 of 21 City of Renton EMD E09-272 ARTICLE IV -- ADMINISTRATIVE REQUIREMENTS: The Contractor shall comply with OMB Circular A-87, Cost Principles for State, Local, and Indian Tribal Governments; OMB A-102, Grants and Cooperative Agreements with State and Local Governments; A-133, Audits of States, Local Governments, and Non -Profit Organizations; and 44 CFR, FEMA's codified regulations. ARTICLE V -- ADDITIONAL SPECIAL CONDITIONS AND MODIFICATION TO GENERAL CONDITIONS: 1. Funds are provided by the U.S. Department of Homeland Security (DHS) solely for the use of supporting emergency management programs as provided by the Emergency Management Performance Grant (EMPG). The Contractor shall use the funds to perform tasks as described in the Statement of Work and Budget portions of the Contractor's request for funding, as approved by the Department. 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 $ 109,696 of non-federal origin. Said match may be in the form of goods, services, and in -kind services. 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. 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. 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 2009 (FFY09) federal preparedness funding, to include EMPG, the National Incident Management System (NIMS) compliance requirements for 2009 must be met. Applicants will be required to certify as part of their FFY09 EMPG applications that they have met the FFY09 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 your jurisdiction is already compliant, as well as identify the NIMS requirements you have not yet met. ARTICLE VI — 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 Catalogue 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. DHS-EMPG-FFY 09 Page 3 of 21 City of Renton EMD E09-272 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. 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 sub -grantees 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 sub -grantees who receive pass -through funding from this contract. ARTICLE VII — 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, applicable federal and state financial guides, as well as OMB Circular A-133 and A-122 where applicable. Monitoring activities may include: • review of performance reports; • monitoring and documenting the completion of contract deliverables; • documentation of phone calls, meetings, a -mails and correspondence; • review of reimbursement requests to insure 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, verify source documentation for reimbursement requests and performance reports and verify completion of deliverables. As a sub -grantee of federal funds the Contractor is required to meet or exceed the monitoring activities, as outlined above, for all sub -contractors, consultants, and sub -grantees who receive pass -through funding from this contract. ARTICLE VIII — 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 35-37 of the EMPG FFY09 Program Guidance located at http://www.fema.gov/pdf/government/grant/empg/fy09 empg_guidance.pdf or on FEMA's website at http://www.fema.gov/plan/ehp/ehp-applicant-help.shtm. DHS-EMPG-FFY 09 Page 4 of 21 City of Renton EMD E09-272 Exhibit A Subrecipient Washington Military Department GENERAL TERMS AND CONDITIONS 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 I. "OMB" — Office of Management and Budget M. "RCW" - Revised Code of Washington n "WAC" - Washington Administrative Code. DHS-EMPG-FFY 09 Page 5 of 21 City of Renton EMD E09-272 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 auditing 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 and the Subrecipient Monitoring Procedures (WMD Policy number 00-025-05.) 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 ensures 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 notes, 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. DHS-EMPG-FFY 09 Page 6 of 21 City of Renton EMD E09-272 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.c�oy 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 for 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 later 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. DHS-EMPG-FFY 09 Page 7 of21 City of Renton EMD E09-272 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. 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. DHS-EMPG-FFY 09 Page 8 of 21 City of Renton EMD E09-272 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. 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. DHS-EMPG-FFY 09 Page 9 of 21 City of Renton EMD E09-272 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 upon 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. ATTORNEYS 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. 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. DHS-EMPG-FFY 09 Page 10 of 21 City of Renton EMD E09-272 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 for 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. 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. DHS-EMPG-FFY 09 Page 11 of 21 City of Renton EMD E09-272 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; 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; 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 DHS-EMPG-FFY 09 Page 12 of 21 City of Renton EMD E09-272 Exhibit B Statement of Work FFY 2009 Emergency Management Performance Grant Program INTRODUCTION: The Washington State Military Department Emergency Management Division (EMD) receives grant funding each year from the U.S. Department of Homeland Security (DHS)/Federal Emergency Management Agency (FEMA) through the Emergency Management Performance Grant (EMPG). A portion of this 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 budget. Each jurisdiction or tribe that applies and meets the qualifications specified in WAC 118-09 regarding emergency management assistance funds is awarded a grant based on the size of their agency's emergency management operating budget. Funds are used by local jurisdictions and tribes to enhance their emergency management capability. The Statement of Work outlines the activities and deliverables the Contractor has identified to be performed for FFY09 EMPG. The Timeline outlines the schedule that the Contractor agrees to in order to fulfill the grant 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. GENERAL PROGRAM REQUIREMENTS: 1. Prepare and submit a Bi-Annual Strategy Implementation Report (BSIR), via the web -based grant reporting tool (https://www.reporting.odp.dhs.gov). Failure to meet all of the reporting deadlines outlined in the Milestone and Timeline Schedule will prohibit the Contractor from being reimbursed while reports are outstanding. 2. Report progress on deliverables and advise the Military Department, in writing, of necessary adjustments to the content of the contract. Performance reports will be submitted using the on-line electronic Grant Management System (e-GMS) located at https://fortress.wa.gov/mil/gms/gms/. 3. Adhere to all financial and procurement guidance, including competitive processes and other procurement requirements, to include: Office of Management and Budget (OMB) Circulars, A-87 (Cost Principles for State, local and Indian Tribal Governments) and A-133 (Audits of States, Local Governments, and Non -Profit Organizations) and Federal Emergency Management Agency's codified regulations, 44 CFR. 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 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 sub -contractors, at which point the Contractor will be responsible for reviewing and approving their sub -contractors' contract. 4. Plan and implement equipment purchases, exercises, training, planning and management/ administration in accordance with the FFY09 Emergency Management Performance Grant Program Guidance, which can be found at http://www.fema.gov/pdf/government/grant/empg/fy09 empgguidance.0 , as well as all subsequent policy changes. 5. Ensure that all sub -contractors are in compliance with the FFY09 Emergency Management Performance Grant Program Guidance through monitoring of expenditures and periodic reviews of activities. 6. If purchasing equipment using EMPG funds, the Contractor must meet the following requirements: a. Be in compliance with the DHS Authorized Equipment List (AEL), as detailed at: http://wwwl.rkb.mii)t.org/. DHS-EMPG-FFY 09 Page 13 of 21 City of Renton EMD E09-272 b. Submit all proposed equipment purchases to the Committee on Homeland Security, sub- committee on equipment to ensure that the requested equipment is on the AEL, is aligned with the statewide equipment purchasing strategy, and submit to DHS if necessary. No reimbursement for purchased equipment will occur until the appropriate approvals have been obtained. C. Determine whether or not it is in the best interest of the Contractor to make purchases using its own procurement process or ask the Department to make purchases on its behalf. d. Make a request to the Department in writing that authorizes the Department to de -obligate funding from the Contractor's contract and use the state's procurement process and contracts to purchase equipment on behalf of the Contractor. This will necessitate an amendment to the contract reducing the Contractor's award by an amount sufficient for the Department to make the purchase(s). The Department will pay the vendor directly and all items will be drop shipped to a location designated by the Contractor. 7. Exercises that are implemented with grant funds must meet the requirements of the FFY09 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 within 60 days of completion of the exercise. Final reimbursement for related expenditures can not be made until this requirement has been met. 8. A mechanism must be in place to capture, track and document time for staff in other agencies working on emergency management related activities. 9. No more than 3% of the total grant award may be used on Management and Administrative expenditures. 10. Submit at maximum monthly requests for reimbursement to the Department for costs incurred using the online a-GMS located at https://fortress.wa.gov/mil/qms/gms/. 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. Expend a minimum 15% of contract award on planning activities. CONTRACTOR TASKS: 1. Perform activities described in the attached Scope of Work (Attachment A). 2. Manage and administer the FFY09 Emergency Management Performance Grant Program. 3. If necessary, hire a Subcontractor to assist in accomplishing the contract tasks. 4. Complete all work under the contract by the contract end date, to include receipt of approved equipment items and supplies. 5. Each request for reimbursement will be accompanied by a reimbursement spreadsheet and a match documentation spreadsheet detailing the expenditures to be reimbursed as well as the expenses to be considered the match for those funds. 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 "all items invoiced have been received, are operational, and have been inventoried according to contract and local procurement requirements." THE MILITARY DEPARTMENT AGREES TO: 1. Provide technical assistance, expertise, and state coordination with DHS where necessary. 2. Reimburse the Contractor within 45 days of receipt and approval of requests for reimbursement and all documentation of expenditures as required. DHS-EMPG-FFY 09 Page 14 of 21 City of Renton EMD E09-272 MILESTONE TIMELINE FFY09 Emergency Management Performance Grant Program MILESTONE TASK October 1, 2008 Start of contract performance period May 2009 Contract Execution September 30, 2009 Submit NIMS compliance report October 15, 2009 Submission of Performance Report to a-GMS January 15, 2010 Submission of Bi-annual Strategy Implementation Report (BSIR) to GRT for FFY09 EMPG May 15, 2010 End of grant performance period No later than June 30, 2010 Submit all final reports, requests for reimbursement and/or deliverables July 15, 2010 Submission of final Bi-annual Strategy Implementation Report (BSIR) to GRT for FFY09 EMPG DHS-EMPG-FFY 09 Page 15 of 21 City of Renton EMD E09-272 Exhibit C Budget Sheet FFY09 Emergency Management Performance Grant Program LOCAL/TRIBAL EMERGENCY MANAGEMENT OPERATING BUDGET SUMMARY Contract expenditures shall be documented according to the following categories when appropriate: Category 2009 Local Funds Budget* Salaries and Benefits $453,231 In -Direct Costs $0 Travel $3,000 Equipment $19,500 Supplies $6,500 Telephones $40,132 Printing $500 Janitorial/Maintenance $0 Auto Lease $13,514 Space Rental $0 Insurance $0 Subcontractor $2,000 Other $2,000 Total All Program Costs $540,377 FFY 09 EMPG Award- I $16,454 Planning FFY 09 EMPG Award- $93,242 Other The City of Renton Emergency Management Division award is $ 109,696. This is based on the FFY09 allocation factor of 20.3% 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 a-GMS. 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. * No federal funds are included in the local emergency management operating budget. Funding Source: U.S. Department of Homeland Security - PI# 79313, 79314 — EMPG DHS-EMPG-FFY 09 Page 16 of 21 City of Renton EMD E09-272 Attachment A Scope of Work FFY09 Emergency Management Performance Grant Program Communications and Warninq Activities and deliverables within the communications and warning functional area require the ability to communicate in a disaster and effectively warn the public. This is the primary area where standards of communications interoperability and redundancy are addressed. �,. Re aired Ac11vfics, . °' ` ns Wleliverfibte„ .. ;F'erfotrnae Measures _, Deadline 1. Participatex in all scheduled National Warning a. Ensure jurisdiction is Jurisdiction will be better Ongoing System (NAWAS) tests and exercises, whether a incorporated into the prepared to activate Primary NAWAS Warning Point, a Secondary fan out. NAWAS in an emergency. Warning Point, or a Tertiary Warning Point. This is Success will be measured the on -going test of the statewide warning fan -out b. Participate in through the number of as outlined in the State CEMP and warning annex. scheduled tests. successful NAWAS tests All emergency management jurisdictions must be completed. a part of this fan -out. 2. Work with EMD to ensure Comprehensive Communicate regularly Jurisdiction will be better Ongoing Emergency Management Network (CEMNET) with EMD to retain prepared to use CEMNET in capability is maintained and participate in CEMNET capability an emergency. Success will scheduled testing between the local Emergency and participate in be measured by the number Operations Center (EOC) or similar facility and the testing as scheduled. of scheduled tests the state EOC. 'urisdiction participates in. 3. Develop and/or update local plans and Update local plans and Jurisdiction will be better Ongoing equipment for use of amateur radio (HAM bands) equipment as prepared to utilize RACES through the Radio Amateur Civil Emergency necessary. volunteers, particularly if Service (RACES) program and as per the state other communication RACES plan. capabilities are inoperable, in an emergency. 4. Where possible, work with the Local Area Develop/update an Updated plans will result in Ongoing Emergency Alert System (EAS) Committee EAS Plan as needed. an improved capability to (LAECC) to complete an EAS plan and the Local utilize the EAS in an Relay Network (LRN) per existing guidance from emergency. the FCC, FEMA, and the State Emergency Communications Committee with assistance from the State EMD Telecommunications staff. 5. Participate in all scheduled EAS tests Participate as Jurisdiction will be better Ongoing commensurate with your EAS plan and scheduled. prepared to activate EAS in operational status of your LRN. an emergency. Success will be measured by the number of scheduled tests the urisdiction participates in. 6. Notify the state EOC immediately upon Submit a daily Situation Coordination between the As activation of your local EOC. Provide periodic (at Report (SITREP) to the state and the local EOC will required least once per day) Situation Reports (SITREPs) state EOC during improve response due to an activation. capabilities in an event. activation. , 1Qdditioiial Actives . . ,,., .- Del V, 4ble ,,,;;. , , ;Per�or r ance Measures ,Deadline,..; Implement a community notification system. Community notification Test of community 10/31/2009 system implemented. notification system successfully completed. Crisis Communication, Public Education and Information Activities and deliverables within the crisis communication, public education and information functional area should address procedures for disseminating information to the public pre-, during, and post -disaster. DHS-EMPG-FFY 09 Page 17 of 21 City of Renton EMD E09-272 ©eliverabl , . ., k ..0 ., .':.Peitrrr�aice Measures . ,Deadline; , 1. Conduct a public disaster a. Preparedness presentations and Citizens of Washington will 12/31/2009 education program for the distribution of preparedness materials be better able to care for inhabitants of your community. to schools, civic groups, business themselves, family organizations, nursing care facilities, members, neighbors, etc. child care facilities, governmental and will improve their ability agencies, hospitals, the general to stay safe during an public, etc. emergency. Success can and/or be measured through the number of presentations b. Participate in the State's Disaster provided or participation in Preparedness Campaign. the Washington State campaign. Actclit��iriel Agbvrt _..eif4 fiartee Measures Provide informational/training 4 training sessions provided. Vulnerable individuals and 8/28/2009 sessions to vulnerable their caregivers will be populations or their care better prepared for providers. disasters. Direction, Control and Warning Activities and deliverables within the direction, control, and warning functional area should address the ability to analyze a situation, make decisions for response, direct and coordinate response forces and resources, and coordinate with other jurisdictions. This requires use of a recognized National Incident Management System (NIMS) and compliance with NIMS requirements to remain eligible for all future preparedness funding. .��. ,.. le3 Deliverab:,.. _�. ��,,.�... :t�su'res;: Dea'dNiie 1. Be fully compliant with all Report NIMS compliance progress Emergency responders will Ongoing Federal and State National through the state online NIMS have a uniform set of Incident Management System reporting tool. processes and procedures thus (NIMS) compliance requirements. improving all -hazard incident Guidance for compliancy and response capabilities. reporting requirements will be provided by Toney Raines, State NIMS Coordinator. Please contact Toney at nimscoordinator@emd.wa.gov if you have questions. NIMS Compliance Self Certification: YES Note: Failure to meet NIMS compliance requirements will result in the loss of federal preparedness funding. Exercises. Evaluations and Corrective Actions Activities and deliverables within the exercise, evaluation, and corrective actions functional area calls for regularly scheduled exercises, evaluations and corrective actions, including a process for addressing corrective actions. °" R "emu„icdActluitieas m,�,�-�f,M .DeUuera[e�....; }?erformance�Meases _[5eadline: 1. Each jurisdiction receiving Submit an After Action Report (AAR) Through the exercise process a 60 days EMPG funds must participate in and Improvement Plan (IP) to the jurisdiction can determine areas the design, conduct and State Exercise Training Officer (ETO) of strength and weakness in evaluation of at least one exercise within 60 days of the completion of response capabilities. during the performance period: the exercise. full-scale, functional or tabletop. Development of an AAR and IP The exercise should fit into the allows for the documentation, jurisdiction's multi -year exercise The standard format for the AAR and monitoring and follow-up on plan and be consistent with the IP can be found in Volume III of the those issues. Upon submission Homeland Security Exercise and HSEEP manuals at and approval of the AAR, the Evaluation Program (HSEEP). httj)s://hseep.dhs.gov/support/Volume ETO will issue a letter of EMPG Ill.pdf credit to the jurisdiction. DHS-EMPG-FFY 09 Page 18 of 21 City of Renton EMD E09-272 At least one full-scale and one functional exercise must be completed within a five-year period. These exercises are to be multi -agency and multi -functional in design and conduct. The exercise may be accomplished alone or in conjunction with FEMA, EMD, other public or private entities, or with neighboring urisdictions. 2. In the event a jurisdiction Submit an After Action Report (AAR) Development of an AAR and IP 60 days experiences an actual and Improvement Plan (IP) to the allows for documentation and event/activation that adequately State Exercise Training Officer (ETO) follow-up on issues identified tests overall emergency within 60 days of the end of the during an activation. Upon management capabilities, activation. The standard format for the submission and approval of the exercise credit may be requested AAR and IP can be found in Volume AAR, the ETO will issue a letter within 60 days. III HSEEP manuals at of EMPG credit to the https://hseep.dhs.gov/support/Volume jurisdiction. Ill.pdf Five Year Exercise Schedule: 2009: Tabletop Exercise 2010: Functional Exercise 2011: Full -Scale Exercise 2012: Tabletop Exercise 2013: Functional Exercise Mutual Aid Activities and deliverables within the mutual aid functional area should address the development and maintenance of mutual aid agreements. R:. u�redAct�v�t�es , s. r 0.QiVerabI , .. =.. P�rf�rr {ante f<leasuresa ,. ' " � e�cllirie ? 1. Review mutual aid agreements, Update mutual aid agreements as Up-to-date mutual aid 12/31/20 following the guidance set forth in deemed necessary by the jurisdiction. agreements enable expedited 09 the state Emergency partnership and support Management Division's Mutual among jurisdictions during an Aid and Inter -local Agreement actual emergency. Handbook. Planninq Activities and deliverables within the planning functional area should address the development and general content of the program's emergency operations plan, strategic plan, mitigation plan, recovery plan, evacuation plan, continuity of operations/continuity of government plan, etc. ... ,, R ttit`c Actiuit�esh DeliverableMrl?erforinance Measures`: D`eadl►ne", 1. Review the Comprehensive a. Any jurisdiction that has not CEMP will address all 1213012008 Emergency Management Plan submitted an updated CEMP to the hazards identified in the (CEMP) and supporting state Emergency Management Division jurisdiction's Hazard Emergency Support Functions within the past four years must do so Identification and (ESFs). The CEMP should be during this program year. Vulnerability Analysis and compliant with both the National infrastructure and improve Response Framework and the b. First time applicants must complete a the jurisdiction's ability to National Incident Management draft of their Basic Plan portion of the prepare for, respond to and System (NIMS). Requirements for CEMP within the program year. recover from an plan development and submission emergency. are provided in RCW 38.52.070, WAC 118.09 and WAC 118.30. DHS-EMPG-FFY 09 Page 19 of 21 City of Renton EMD E09-272 s Addit�ion�al^Act�vites � ��� � � y I���liver�a�b►e s y��� � x P�rforrriance Measures: � ,�Deadlir�e�- Incorporate State's CEMP Renton CEMP revised CEMP updated 12/31/2009 recommendations into Renton CEMP, and revise and/or expand the Evacuation Annex, ESF 15, and ESF 2. Finance and Administration Activities and deliverables within the finance and administration functional area require a financial management framework that complies with applicable government requirements and that allows for expeditious request for, and receipt and distribution of funds. . ; . `Ieutred Acttv�ties` "''" gx Dellverable�`;F?erfoikmance µ n... a .,.. A. Measures'yDeadllne . 1. Submit reimbursement a. Submit requests for reimbursement EMPG funds enhance As needed requests online, ensuring that online using a-GMS. A Reimbursement local/tribal emergency with final expenditures comply with FEMA's Spreadsheet showing how EMPG funds management programs invoice due EMPG FFY09 Program Guidance, were spent must accompany all requests and are spent in 45 days all applicable Office of for reimbursement. Expenditures listed accordance with all after the Management and Budget (OMB) on the Reimbursement Spreadsheet applicable laws and end of the Circulars (A-87, A-102, A-133) as cannot be items listed in the 2009 guidelines. contract well as FEMA's Administrative Local Funds Budget portion of the Requirements in the Code of Emergency Management Operating Federal Regulations (CFR) 44. Budget in this application. OMB Circulars can be found at: b. Verify in performance reports that the www.whitehouse.gov/OMB/circula agency has reviewed and agrees to all relevant State and Federal requirements. rs CFR 44 can be found at: httip://www.access.qpo.gov/nara/c fr/waisidx 07/44cfrvl 07.html The Uniform Administrative Requirements related to Grants can be found in Part 13. Program Management Activities and deliverables within the program management functional area should address program structure and organization so that an agency is capable of coordinating emergency preparedness, mitigation, response and recovery activities across multiple agencies and organizations. R aired `ActE ft es � Detiverabfe.` � ',' . - „ l?e Uffighce,5eadll e 1. Progress reports and BSIRs a. Progress reports must be submitted Demonstration of the a. October are required twice during the online in a-GMS. Reports must clearly impact EMPG funding 15, 2009 contract period. Failure to submit describe the progress the recipient is has on emergency and June either type of report may result in making towards the deliverables described management capabilities 30, 2010 cancellation of the contract. in this Scope of Work. will be documented in progress reports. b. January The final report should highlight the impact 15, 2010 EMPG funding has had on the jurisdiction's and July capabilities. 15, 2010. b. The Bi-annual Strategy Implementation Report (BSIR) must be submitted through the Department of Homeland Security on- line Grant Reporting Tool every July and January. DHS-EMPG-FFY 09 Page 20 of 21 City of Renton EMD E09-272 Hazard Identification, Risk Assessment and Impact Analysis Activities and deliverables within the hazard identification, risk assessment, and impact analysis functional area should address a comprehensive assessment and identification of risks, including potential natural and human -caused events, and the potential impact of those hazards. These identification and analysis activities, including current efforts to better identify risks to critical infrastructures, should then feed into the planning process. ,Deliverable z£Perforrnance.Measures , _ Deadline Revise City HIVA to include HIVA revised. Revised HIVA will provide a 9/1/2009 elevated risk of flooding due to better understanding of flood dam problem on the Green River. risks in the Green River flood plain. Hazard Mitigation Activities and deliverables within the hazard mitigation functional area require that the program create and implement a strategy to lessen the impacts of disasters. The strategy must take into account results of hazard identification and risk assessments, analysis of impacts of each hazard, and experiences in the jurisdiction, and must prioritize mitigation projects based on loss reduction. Delie.,f�able=_ n � �� .Performance Measures ;:z `peadlirle.'. Update the Hazard Mitigation Plan updated. Updated plan will provide better 9/1/2009 Plan. guidance for city mitigation ro'ects. Complete a seismic assessment Prioritized list of non-structural As money becomes available, 12/31/2009 of all City facilities to identify non- seismic mitigation projects. mitigation projects can be structural mitigation projects. implemented more quickly. Logistics and Facilities Activities and deliverables within the logistics and facilities functional area should address facilities and a logistical framework capable of supporting response and recovery operations. This includes the requirement for emergency operations primary and alternate facilities that are established, equipped, periodically tested, and maintained. -,,;. /1dtivities ., f <�` . s. _ .Deliverable; ,., Perfclrrriance Measures.-;..., ;. Deadline Establish a new backup EOC EOC backup location identified and Alternate EOC location is 3/1/2010 location. outfitted with necessary supplies and relocated out of the Green River informational references necessary flood plain providing more to function as a backup EOC. reliable backup for the primary EOC location. Operations and Procedures Activities and deliverables within the operations and procedures functional area should address standard operating procedures, checklists, and other instructions to execute the emergency operations plan and other plans. Procedures should relate to hazards previously identified by the jurisdiction. .. :,. cfiities_ ..,., v�r .... ,;., Deliverable,= .......:,,.,, , �. Performance.Meaures '...... .;DeadlmE`: Review and revise EOC position Checklists revised. EOC staff will be better able to 3/1/2010 checklists. follow written guidance in carrying out their position duties. Training Activities and deliverables within the training functional area require that the program maintain a documented training program for emergency management/response personnel and public officials, including that emergency personnel receive training on the incident management system of the jurisdiction. erforrilanca,Mea"sores,. „Deadlihe =? Provide Emergency Management At least eight city staff attend at least Emergency Management 12/31/2009 training for City personnel with one Emergency Management knowledge and skills increased Emergency Management Conference or special training for individuals responsible for responsibilities. related to EM. Emergency Management activities. DHS-EMPG-FFY 09 Page 21 of 21 City of Renton EMD E09-272 n CITY OF RENTON, WASHINGTON ORDINANCE NO. AN ORDINANCE OF THE CITY OF RENTON, WASHINGTON, AMENDING THE FISCAL YEAR 2009 BUDGET BY INCREASING FUND 000 BY $74,696 FOR THE PURPOSE OF SUPPLEMENTAL FUNDING TO SUPPORT THE CITY'S EMERGENCY MANAGEMENT PROGRAM. THE CITY COUNCIL OF THE CITY OF RENTON, WASHINGTON, DOES ORDAIN AS FOLLOWS: SECTION I. Appropriation in the General Governmental Fund is hereby increased as follows: Fund 2009 Original Budget Budget Increase 2009 Adjusted Budget REVENUES Revenue — 000 General Fund 000.000000.000.33 30.0083.50.000006 $35,000 $74,696 $109,696.00 TOTALS $74,696 SECTION II. Funds for this line item are hereby added to the 2009 Budget. SECTION 111. This ordinance shall become effective immediately upon its passage, approval and five (5) days after publication. PASSED BY THE CITY COUNCIL this day of , 2009. Bonnie I. Walton, City Clerk APPROVED BY THE MAYOR this day of 12009. Denis Law, Mayor 1 ORDINANCE NO. Approved as to form: Lawrence J. Warren, City Attorney Date of Publication: ORD.1575:7/27/09:scr CITY OF RENTON COUNCIL AGENDA BILL -7 / Al #: / - 6f Submitting Data: Public Works Department For Agenda of: Dept/Div/Board.. Transportation Systems Division August 10, 2009 Staff Contact...... James Wilhoit, Project Manager, Agenda Status extension 7319 Consent ............... Subject: Public Hearing...... CAG-09-075 Supplemental Agreement #1 with Correspondence.... WHPacific for Stage II Lake Washington Trail South Ordinance............ Lake Connector Project Resolution........... Old Business........ New Business....... Exhibits: Issue Paper Study Sessions...... Consultant Agreement Information.......... GI_ X Recommended Action: Approvals: Council Concur Legal Dept......... X Finance Dept...... Fiscal Impact (Fund #317 - Project #T12707) Expenditure Required... $ 64,433 Transfer/Amendment....... Amount Budgeted........ $1,165,795 Revenue Generated Amount Needed.......... $ 64,433 City Share Total Project... $135,000 SUMMARY OF ACTION: The attached Supplemental Agreement #1 adds $64,433 to an existing contract (CAG-09-075) for final design and preparation of plans and specifications for a trail along the west side of Logan Avenue North from North 61h Street to the Cedar River Trail. This brings the maximum amount payable under the contract to $136,893. To date the City has spent $21,468 to determine the preferred alternate that was unanimously selected by internal stakeholders from the Public Works, Community Services, and the Community and Economic Development Departments. Outside stakeholders included The Boeing Company, Renton School District and the North Renton Neighborhood. The contract completion will also be extended to December 31, 2010. The City has budgeted $1,165,795 in FY 2009 and FY 2010. The main revenue source for this project is a federal grant of $1,030,795, with the remaining $135,000 coming from Fund 317. STAFF RECOMMENDATION: Authorize the Mayor and City Clerk to sign Supplemental Agreement #1 with WHPacific, Inc. for final design and preparation of plans and specifications for a trail along the west side of Logan Avenue worth from North 6`h Street to the Cedar River Trail. }I:\Division.s\TRANSPOR.TAT\ADMIN\Agenda 2009\WHPacific Agenda Bill Sup #l.doc PUBLIC WORKS DEPARTMENT D Cltyof"O Y'(6 M E M O R A N D U M DATE: August 10, 2009 TO: Randy Corman, Council President Members of Renton City Council VIA: Denis Law, Mayor FROM: 4 Gregg ZimmermaffAkinistrator STAFF CONTACT: James Wilhoit, Transportation Design Project Manager, extension 7319 SUBJECT: CAG-09-075 Supplemental Agreement #1 with WHPacific for Stage II Lake Washington Trail South Lake Connector Project ISSUE: Should Council authorize the Mayor and City Clerk to sign Supplemental Agreement #1 between WHPacific and the City for final design and preparation of plans and specifications for a trail along the west side of Logan Avenue North from North 61h Street to the Cedar River Trail? RECOMMENDATION: Authorize the Mayor and City Clerk to sign Supplemental Agreement #1 with WHPacific, Inc. for final design and preparation of plans and specifications for a trail along the west side of Logan Avenue North from North 6th Street to the Cedar River Trail. BACKGROUND: For a number of years the City has been planning to construct the Lake Washington Trail South Lake Connector, also known as Sam Chastain Trail, linking the Cedar River Trail and the Lake Washington_ Loop Trail. In July 2007, it became apparent that the trail could not be constructed with a connection across the north edge of the Boeing plant property. The City reviewed its options and decided that constructing bicycle lanes on Logan Avenue North would achieve a significant benefit in the regional trail system. The City has since finished Stage I by constructing a southbound bicycle lane to North 6th Randy Corman, Council President Members of the Renton City Council Page 2 of 2 August 10, 2009 Street and Logan Avenue North. Stage II will complete the connection to the Cedar River Trail. In April of this year a stakeholder group was formed and evaluated the following four alternatives to make the final connection to the Cedar River Trail: 1.) a 5-foot bike lane each direction; 2.) a 10 to 12-foot multi -use path; 3.) re -striping Logan Ave North to accommodate the bike lanes; and 4.) using North 6th Street as an option. A 12-foot multi -use path was the unanimous choice as the preferred option. The stakeholders included staff from Public Works, Community Services, and the Community and Economic Development Departments. Other stakeholders included The Boeing Company, Renton School District and the North Renton Neighborhood. SUMMARY OF ACTION: The attached Supplemental Agreement #1 adds $64,433 to the existing contract (CAG- 09-075) for final design and preparation of plans and specifications for the trail along the west side of Logan Avenue North from North 6th Street to the Cedar River Trail. This brings the maximum amount payable under the contract to $136,893. To date the City has spent $21,468 to determine the preferred alternate. The contract completion date will also be extended to December 31, 2010. The City has budgeted $1,165,795 in FY 2009 and FY 2010. The main revenue source for this project is a federal grant of $1,030,795, with the remaining $135,000 coming from Fund 317. cc: Peter Hahn, Deputy PW Administrator —Transportation Leslie Betlach, Parks Director Jim Seitz, Planning and Programming Supervisor Juliana Fries, Program Development Coordinator Connie Brundage, Transportation Administrative Secretary File h:\division.s\transpor.tat\admin\agenda 2009\whpacific agenda bill sup #1 issue paper.doc v70Washington Mate Department of Transportation Supplemental Agreement OrWEPacific and Address anization Number 1 12100 NE 195th Street Suite 300 Original Agreement Number Bothell, WA 98011 1 Phone: Project Number Execution Date Completion Date STPE 1070(006 12/31/2010 Project Title New Maximum Amount Payable Stage 2 Lake WA Trail (South Connector) $ 136,893.00 Description of Work Provide engineering design services for preparation of PS&E. The Local Agency of City of Renton desires to supplement the agreement entered into with WHPacific and executed on 4/16/2009 and identified as Agreement No. All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 1, SCOPE OF WORK, is hereby changed to read: add-, preparation of PS&F, see aftached exhihit A-1 I I Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: revised to 12/31/2010 111 Section V, PAYMENT, shall be amended as follows: Add-, 64,433 to contrae* See attached exhihit D-2 as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. T)'qvid williarns, Consultant Signature Approving Authority Signature DOT Form 140-063 EF Date Revised 912005 Exhibit A-1 Scope of Work Supplement #1 City of Renton/WHPacific Stage 2 Lake Washington Trail (South Connector) Project The work to be accomplished under this Supplemental Agreement will be for WHPacific (CONSULTANT) to provide engineering design services to the City of Renton (CITY) to prepare plans, specifications, estimate, final environmental documentation, and construction services. The planned improvements are to construct a 12 foot wide paved path on the west side of Logan Ave N from N 61h Street to the Cedar River Trail. Logan Ave will be rechannelized to accommodate the new shared path. The existing curb will be removed and new curb and gutter will be installed with a 5 foot landscape planter added between the new curb and gutter and the new shared path. 1..0 Project Management and Administration The CONSULTANT will provide contract management and administration services for this supplement, to include: developing and maintaining project scope and budget, liaison with CITY staff, and preparing monthly narrative progress reports and invoices. No new meetings are planned. The CONSULTANT will complete a quality control check prior to submitting work for the CITY's review. A quality control check will be used to confirm that the design work follows CITY and LAG Manual standards and that the work is professional quality meeting industry standards. The quality control check will include review of engineering, drafting and clerical errors or omissions. 2.0 Environmental Review The CITY will be responsible for all environmental documentation to include: Washington State Department of Transportation Local Programs Environmental Classification Summary; Effect Determination, Essential Fish Habitat Evaluation; State Environmental Policy Act Checklist; and Section 106 Cultural and Historic Resources. 3.0 Final Design (60%, 90%, 100%) Construction Plans The CONSULTANT will prepare detailed construction plans of the proposed improvements, including: Plans will be prepared with such provision and in such detail to permit convenient layout in the field for construction. The plans will be prepared using AutoCAD 2008 supported by Land Development Desktop Rel. 2i software. Plans will include plans and profiles, typical sections, and special details other than standard details available from the CITY, WSDOT, and the APWA Standard Drawings. • The scale for the plan and profiles will be one inch equals twenty feet (1"=20') horizontally, and one inch equals five feet (1 "=5') vertically. Page I The complete plan set for the project will include the following plan sheets: Estimated Sheets Description 1 Cover sheet 2 Typical roadway and trail sections, details and note sheets 1 Miscellaneous details 5 Roadway and trail, storm drainage, and utility plans and profile 5 Temporary erosion control plans 6 Channelization/Signing/Illumination/Signal Plans 5 Landscape / Irrigation Plans 5 Traffic Control Plans 30 Total Specifications The CONSULTANT will prepare the specifications for the project in conformance with the WSDOT 2008 Standard Specifications. CONSULTANT will assemble the complete specifications document for the project at 60%, 90%, and 100% complete submittals. CITY will provide the "Boiler Plate" version of the specification and general special provisions. The "Boiler Plate" version will be edited by supplementing as necessary with project specific information and by deleting unnecessary special provisions. Cost Estimate The CONSULTANT will prepare bid items, quantities and engineer's estimate of probable cost for the proposed improvements at 60%, 90% and 100% complete design. The engineer's estimate of probable cost will be based upon the construction plans, bid item quantities, and current bid prices for similar work. Review Documents The CONSULTANT will provide five (5) half-size review plan sets, one (1) construction cost estimate, and one (1) specifications document for CITY review at the 60% and 90% complete submittal. Periodically during plan development, CONSULTANT will provide the CITY with a copy of the current working drawings. CITY will provide CONSULTANT with "redline" review comments on one set of plans and specifications. Final PS&E Documents The CONSULTANT will provide the CITY with all final plan sheets on standard 22-inch by 34-inch Mylar. CONSULTANT will provide design calculations, cost estimate, and specifications on 8.5-inch by I 1-inch sheets. The electronic files for the AutoCAD plan drawings and specifications will be copied on a compact disc. The CONSULTANT will provide one (1) set of half size contract plans on bond paper and one (1) set of contract documents and specifications for contractor bidding purposes. CITY will be responsible for reproduction and distribution of these documents. 6.0 Schedule The CONSULTANT will begin work upon the CITY issuing a notice to proceed for the work. The CONSULTANT has 90 days to submit 60% PS&E and then after receiving the CITYs comments from each review has additional 90 days to submit 90% and 100% PS&E. Page 2 CONSULTANT FEE ESTIMATE Exhibit D-2 Supplement #1 City of Renton Stage 2 Lake Washington Trail (South Connector) Final Design WHPaclfic 1 3.15 1 Traffic Control Plan 1 1 2 1 1 1 16 1 20 1 1 1 1 1 1 1 Overhead Percentage 173.d¢j' x Direct Salary Cost (DSC) 584,818I Fixed Fee Percenage , 12.00% x Direct Salary Cost (DSC) Labor Total: $1 EXPENSES: w "" rc,^ _., ... O_.., G 944417'Y r -a ,. �,, _ ...... �. �.....� Mileage 150 $0.585 Plots and Reproductions 50 $3.00 Expenses Total: Subconsultants Total: $01 MINUS REMAINING: 450,0001 supplement I fee 06 23 09.Ns r CITY OF RENTON, WASHINGTON RESOLUTION NO. A RESOLUTION OF THE CITY OF RENTON, WASHINGTON, ENDORSING THE EFFORTS OF THE VALLEY CITIES ASSOCIATION AND AUTHORIZING THE MAYOR TO APPLY FOR A FEDERAL GRANT TO FUND BROADBAND OPPORTUNITIES OFFERED THROUGH THE U.S. DEPARTMENT OF COMMERCE. WHEREAS, the City of Renton is a member of the Valley Cities Association, comprised of the Cities of Algona, Auburn, Fife, Kent, Pacific, Puyallup and Sumner, which was formed in August, 2005, for the purpose of collaborating on issues of common interest; and WHEREAS, the members of the Valley Cities Association received funding and completed a study that resulted in a recommendation to focus on regional broadband development efforts on public safety, law enforcement and local governmental services by developing a regional fiber optic ring to interconnect all participating cities and agencies that will result in enhancing interagency communication, emergency response and municipal services; and WHEREAS, the members of the Valley Cities Association joined by the City of Federal Way wish to work cooperatively to implement the recommendation of the study; and WHEREAS, the goals of the members of the Valley Cities Association and the City of Federal Way to enhance broadband infrastructure and services are to: 1) improve access to and use of broadband for public safety agencies; 2) efficiently deliver local government services; 3) stimulate broadband, local economic development and job creation; 4) enhance service to public health care and education institutions; 5) effectively manage public property and right- of-way; and 6) ensure equity, awareness and improved access to the public; and 1 RESOLUTION NO. WHEREAS, as part of the technology improvements, 911 communication to the public safety community will be changed from radio -based to IP-base, thus requiring wired (fiber) communication from 911 communication centers to the participating public entities and wireless communications from the agencies to the mobile computers in vehicles; and WHEREAS, the members of the Valley Cities Association have executed a Fiber Optic Project Agreement to develop the scope of a comprehensive fiber optic infrastructure capital improvement initiative, and Budget Estimates for constructing these infrastructure improvements, attached hereto as Exhibit "A" and Exhibit "B," respectively, and incorporated by reference; and WHEREAS, new grant funding opportunities are available through the federal American Recovery and Reinvestment Act of 2009 to fund broadband technology opportunities; and WHEREAS, the members of the Valley Cities Association and the City of Federal Way desire to pursue federal grant funding through the American Recovery Act for the first phase of the broadband infrastructure project as identified in Exhibit "A" in the amount of $4,504,000; and WHEREAS, the members of the Valley Cities Association and the City of Federal Way desire to have the City of Auburn take the lead in applying for federal grant funding on behalf of the members of the Valley Cities Association and the City of Federal Way; and WHEREAS, the City of Renton intends to contribute its proportionate share of the local match by utilizing staff time and other available City resources; and 2 r RESOLUTION NO. WHEREAS, it is the intent of the City Council that upon awarding of the grant, it will amend the City's Annual Budget as necessary to authorize the use of available City resources as a local match for the grant funding; 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. Purpose. The City Council endorses the collaborative effort of the Valley Cities Association to enhance regional broadband infrastructure and authorizes the Mayor to sign, on behalf the City of Renton, as a member of the Valley Cities Association and the City of Federal Way, the grant application to be submitted to the National Telecommunications and Information Administration, U.S. Department of Commerce for grant funding offered through the Broadband Technology Opportunities Program . SECTION III. Implementation. The Mayor is hereby authorized to implement such administrative procedures as may be necessary to carry out the directives of this Resolution, including negotiating agreements for City Council approval with the Valley Cities Association and the City of Federal Way for implementation of the fiber optic infrastructure plan set forth in Exhibits "A" and "B". SECTION IV. This Resolution shall take effect and be in full force upon passage and signatures hereon. PASSED BY THE CITY COUNCIL this day of 2009. Bonnie I. Walton, City Clerk 3 RESOLUTION NO. APPROVED BY THE MAYOR this day of , 2009. Approved as to form: Lawrence J. Warren, City Attorney RES:1415:7/29/09:scr Denis Law, Mayor 4 CITY OF RENTON, WASHINGTON ORDINANCE NO. AN ORDINANCE OF THE CITY OF RENTON, WASHINGTON, DESIGNATING THE SOUTH LAKE WASHINGTON AREA OF THE CITY OF RENTON AS A REVITALIZATION AREA AND SPECIFYING PROPOSED PUBLIC IMPROVEMENTS TO BE MADE WITH LOCAL REVITALIZATION FINANCING. WHEREAS, the Washington State Legislature recently passed second substitute Senate Bill 5045, which provides limited amounts of state funding to help finance the cost of public infrastructure improvements through the Local Revitalization Financing ("LRF") program; and WHEREAS, the City of Renton ("City") concurs with the State legislature's position that investment in public infrastructure promotes community and economic development in that it stimulates business activity and the redevelopment of brownfields and blighted areas, creates jobs and promotes efficient land use; and WHEREAS, the City concurs with the State legislature that there is a public interest in investing in these projects; and WHEREAS, the City of Renton ("City") anticipates that the LRF program will both improve the viability of existing businesses within the designated Revitalization Area and attract new businesses to the designated Revitalization Area; and WHEREAS, development in the designated Revitalization Area would not likely occur without the assistance of the LRF program; and WHEREAS, the improvement projects proposed through the LRF program, listed below, will increase employment opportunities and private investment within the Revitalization Area, and generate sufficient local revenues that will equal or exceed state and local contributions; and 1 ORDINANCE NO. J WHEREAS, the City does not intend to use the LRF program for the purpose of relocating an in -state business from outside the Revitalization Area; and WHEREAS, the City will consider dedicating a portion of its excise tax and property tax allocation revenues needed, together with other resources, for a period not to exceed twenty- five (25) years to match the amount of LRF funding awarded from the State to finance the listed public improvements; and WHEREAS, the City desires to submit an application under the LRF program to seek state funding for certain public infrastructure improvements within certain areas in the City and has accordingly taken all the requisite steps in pursuit of this effort; and WHEREAS, requisite notice was given to all taxing districts and local governments with geographic boundaries within the South Lake Washington area of the City of Renton, which has been identified as a specific area to be designated as a Revitalization Area; and WHEREAS, said notice identified the South Lake Washington area as an intended Revitalization Area and provided information regarding the date for a public hearing and the anticipated date of action to adopt the proposed revitalization area along with contact information of the City of Renton; and WHEREAS, a public hearing was duly noticed and held on August 10, 2009, and all parties having been heard appearing in support or in opposition to the proposed action; and WHEREAS, this matter was duly referred to the Committee of the Whole for investigation and study; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF RENTON, WASHINGTON, DOES ORDAIN AS FOLLOWS: 2 ORDINANCE NO. SECTION I. All the recitals set forth above and all attachments to this Ordinance are hereby incorporated by reference as if fully set forth. are: SECTION II. The proposed improvement projects and their respective estimated costs • extension of Park Avenue North from The Landing to the Southport development [approximately Five Million Dollars ($5,000,000)]; • channelization and other roadway improvements on Garden Avenue South at Park Avenue [approximately Three Million Dollars ($3,000,000)]; • Highlands to The Landing Trail [approximately Two Million Dollars ($2,000,000)]; • Lake Washington Boulevard corridor improvements [approximately Five Million Dollars ($5,000,000)]; • water and sewer system upgrades [approximately Two Million Five Hundred Thousand Dollars ($2,500,000)]; and • Bus Rapid Transit facilities and 700-stall transit -related parking garage [approximately Thirty-five Million Dollars ($35,000,000)]. SECTION III. The following described area of South Lake Washington in the City of Renton as depicted in "Attachment A" is hereby designated as a Revitalization Area. [Said property, is generally located between the southern boundary of Gene Coulon Memorial Beach Park to the northeast, Lake Washington to the north, Logan Avenue North to the west, North 6th and North 7th Streets to the south and Garden Avenue North to the east.] SECTION IV. Approximately twenty-five percent (25%) of the listed public improvements costs is anticipated to be financed by the LRF program, if awarded by the State, with the remainder to be funded by project developers, together with potential grants and other public/private funding sources. SECTION V. The estimated time during which local excise tax allocation revenues, local property tax allocation revenues, and other revenues from local public sources are to be 3 ORDINANCE NO. used as part of local revitalization financing for the South Lake Washington Revitalization Areas is approximately twenty-five (25) years. SECTION VI. The estimated time when the use of local property tax allocation revenues will commence is the second calendar year following the creation of South Lake Washington Revitalization Area. SECTION VII. The City has met all of the requirements in Section 103 of second substitute Senate Bill 5045. SECTION Vill. The anticipated rate of sales and use tax if awarded a LRF state contribution would be .00030. SECTION IX. The anticipated date that the sales and use tax will be imposed will be July 1, 2013; and the anticipated year in which the criteria for the sales and use tax in section 601 of second substitute Senate Bill 5045 will be met is 2012. SECTION X. The Chief Administrative Officer and/or designee shall be authorized to carry out the necessary and appropriate steps to effectuate and implement the terms of this ordinance and to pursue the LRF program. SECTION XI. This ordinance shall be effective upon passage, approval and thirty (30) days after publication. PASSED BY THE CITY COUNCIL this day of , 2009. Bonnie I. Walton, City Clerk 4 ORDINANCE NO. APPROVED BY THE MAYOR this day of Approved as to form: Lawrence J. Warren, City Attorney Date of Publication: ORD:1580:8/5/09:scr Denis Law, Mayor 2009. 61 CITY OF RENTON, WASHINGTON ORDINANCE NO. AN ORDINANCE OF THE CITY OF RENTON, WASHINGTON, DESIGNATING THE PORT QUENDALL AREA OF THE CITY OF RENTON AS A REVITALIZATION AREA AND SPECIFYING PROPOSED PUBLIC IMPROVEMENTS TO BE MADE WITH LOCAL REVITALIZATION FINANCING. WHEREAS, the Washington State Legislature recently passed second substitute Senate Bill 5045, which provides limited amounts of state funding to help finance the cost of public infrastructure improvements through the Local Revitalization Financing ("LRF") program; and WHEREAS, the City of Renton ("City") concurs with the State legislature's position that investment in public infrastructure promotes community and economic development in that it stimulates business activity and the redevelopment of brownfields and blighted areas, creates jobs and promotes efficient land use; and WHEREAS, the City concurs with the State legislature that there is a public interest in investing in these projects; and WHEREAS, the City of Renton ("City") anticipates that the LRF program will both improve the viability of existing businesses within the designated Revitalization Area and attract new businesses to the designated Revitalization Area; and WHEREAS, development in the designated Revitalization Area would not likely occur without the assistance of the LRF program; and WHEREAS, the improvement projects proposed through the LRF program, listed below, will increase employment opportunities and private investment within the Revitalization Area, and generate sufficient local revenues that will equal or exceed state and local contributions; and 1 ORDINANCE NO. WHEREAS, the City does not intend to use the LRF program for the purpose of relocating an in -state business from outside the Revitalization Area; and WHEREAS, the City will consider dedicating a portion of its excise tax and property tax allocation revenues needed, together with other resources, for a period not to exceed twenty- five (25) years to match the amount of LRF funding awarded from the State to finance the listed public improvements; and WHEREAS, the City desires to submit an application under the LRF program to seek state funding for certain public infrastructure improvements within certain areas in the City and has accordingly taken all the requisite steps in pursuit of this effort; and WHEREAS, requisite notice was given to all taxing districts and local governments with geographic boundaries within the Port Quendall area of the City of Renton, which has been identified as a specific area to be designated as a Revitalization Area; and WHEREAS, said notice identified the Port Quendall area as an intended Revitalization Area and provided information regarding the date for a public hearing and the anticipated date of action to adopt the proposed revitalization area along with contact information of the City of Renton; and WHEREAS, a public hearing was duly noticed and held on August 10, 2009, and all parties having been heard appearing in support or in opposition to the proposed action; and WHEREAS, this matter was duly referred to the Committee of the Whole for investigation and study; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF RENTON, WASHINGTON, DOES ORDAIN AS FOLLOWS: 2 ORDINANCE NO. SECTION I. All the recitals set forth above and all attachments to this Ordinance are hereby incorporated by reference as if fully set forth. are: SECTION II. The proposed improvement projects and their respective estimated costs • reconstruction and signalization improvements on Lake Washington Boulevard and NE 44th [approximately Seven Million Dollars ($7,000,000)]; • frontage improvements along Seahawks Way and Lake Washington Boulevard, including an extension of May Creek Trail [approximately Five Million Dollars ($5,000,000)1; • new reservoir and water and sewer system improvements [approximately Nine Million Dollars ($9,000,000)]; • reclaimed water facility [approximately Six Million Dollars ($6,000,000)]; and • public amenities, including the potential for as much as 3-5 acres of waterfront habitat restoration, public open space, trails, and potential plaza(s), and funding for maintenance of these areas [approximately Forty Million Dollars ($40,000,000)]. SECTION III. The following described area of Port Quendall in the City of Renton as depicted in "Attachment A" is hereby designated as a Revitalization Area. [Said property, is generally located between Lake Washington to the West, the City of Renton boundary to the east, SE 76th Street (if extended) to the north and North 40th Street (if extended) to the south.] SECTION IV. Approximately twenty-five percent (25%) of the listed public improvements costs is anticipated to be financed by the LRF program, if awarded by the State, with the remainder to be funded by project developers, together with potential grants and other public/private funding sources. SECTION V. The estimated time during which local excise tax allocation revenues, local property tax allocation revenues, and other revenues from local public sources are to be 3 ORDINANCE NO. 1. used as part of local revitalization financing for the Port Quendall Revitalization Areas is approximately twenty-five (25) years. SECTION VI. The estimated time when the use of local property tax allocation revenues will commence is the second calendar year following the creation of Port Quendall Revitalization Area. SECTION VII. The City has met all of the requirements in Section 103 of second substitute Senate Bill 5045. SECTION Vill. The anticipated rate of sales and use tax if awarded a LRF state contribution would be .00030. SECTION IX. The anticipated date that the sales and use tax will be imposed will be July 1, 2014; and the anticipated year in which the criteria for the sales and use tax in section 601 of second substitute Senate Bill 5045 will be met is 2013. SECTION X. The Chief Administrative Officer and/or designee shall be authorized to carry out the necessary and appropriate steps to effectuate and implement the terms of this ordinance and to pursue the LRF program. SECTION XI. This ordinance shall be effective upon passage, approval and thirty (30) days after publication. PASSED BY THE CITY COUNCIL this day of , 2009. Bonnie I. Walton, City Clerk 4 ORDINANCE N0, APPROVED BY THE MAYOR this day of , 2009. Approved as to form: Lawrence J. Warren, City Attorney Date of Publication: ORD:1581:8/5/09:scr Denis Law, Mayor 5 CITY OF RENTON, WASHINGTON ORDINANCE NO. AN ORDINANCE OF THE CITY OF RENTON, WASHINGTON, AMENDING THE FISCAL YEAR 2009 BUDGET BY INCREASING FUND 000 BY $74,696 FOR THE PURPOSE OF SUPPLEMENTAL FUNDING TO SUPPORT THE CITY'S EMERGENCY MANAGEMENT PROGRAM. THE CITY COUNCIL OF THE CITY OF RENTON, WASHINGTON, DOES ORDAIN AS FOLLOWS: SECTION I. Appropriation in the General Governmental Fund is hereby increased as follows: Fund 2009 Original Budget Budget Increase 2009 Adjusted Budget REVENUES Revenue — 000 General Fund 000.000000.000.3330.0083.50.000006 $35,000 $74,696 $109,696.00 TOTALS $74,696 SECTION II. Funds for this line item are hereby added to the 2009 Budget. SECTION III. This ordinance shall become effective immediately upon its passage, approval and five (5) days after publication. PASSED BY THE CITY COUNCIL this day of , 2009. Bonnie I. Walton, City Clerk APPROVED BY THE MAYOR this day of , 2009. Denis Law, Mayor 1 ORDINANCE NO. Approved as to form: Lawrence J. Warren, City Attorney Date of Publication: ORD.1575:7/27/09:scr