Loading...
HomeMy WebLinkAboutAgenda Packet 03/05/2013March 5, 2013 P ORT A NGELES WASHINGTON, U.S.A. The Mayor may determine the order of business for a particular City Council meeting The agenda should be arranged to best serve the needs and/or convenience of the Council and the public Mayor to determine time of break The items of business for regular Council meetings may include the following. A. CALL TO ORDER REGULAR MEETING AT 6:00 P.M. AGENDA CITY COUNCIL MEETING 321 East 5 Street MARCH 5, 2013 REGULAR MEETING 6:00 p.m. B. ROLL CALL PLEDGE OF ALLEGIANCE CEREMONIAL MATTERS, PROCLAMATIONS EMPLOYEE RECOGNITIONS 1. Port Angeles School District Martin Luther King, Jr. Essay Contest Winners C. PUBLIC COMMENT D. LATE ITEMS TO BE PLACED ON THIS OR FUTURE AGENDAS E. CONSENT AGENDA Approve 1. City Council Minutes for: February 19, 2013 E -1 2. Expenditure Approval List: 2/09/13 to 2/22/13 for $962,843.28 E -4 3. Street Banner Services Contract ASM Signs E -31 4. Parks, Recreation Beautification Commission Appointments E -47 5. Tree Trimming Contract, Project No. WF- 142537 -03 Final Acceptance E -48 6. Land Use Agreement PA BMX Assoc Lincoln Park E -49 7. State Energy Utility Conservation Projects Interlocal Agreement E -55 8. Correction to Resolution to Set Public Hearing Street Vacation Petition STV 13 -01 E -64 9. Community Economic Revitalization Board (CERB) Grant Acceptance Waterfront Project TR02 -2003 E -67 F. QUASI- JUDICIAL MATTERS REQUIRING PUBLIC HEARINGS (6:30 P.M. or soon thereafter) None G. PUBLIC HEARINGS OTHER (6:30 P.M. or soon thereafter) None H. ORDINANCES NOT REQUIRING PUBLIC HEARINGS None I. RESOLUTIONS NOT REQUIRING PUBLIC HEARINGS None Mayor to determine time of break Hearing devices available for those needing assistance. Port Angeles City Council Meeting Page 1 J. OTHER CONSIDERATIONS 1. Landfill Bluff Cell Stabilization Project Update Information Only— No Action J -1 K. FINANCE 1. Lauridsen Boulevard Bridge; Project Revision and Funding Allocation Authorize K -1 2. Allocation of Federal Surface Transportation Program (STP) Funds Direct Staff K -4 L. COUNCIL REPORTS M. INFORMATION City Manager Reports: 1. Parks, Recreation Beautification Commission Meeting Minutes M -1 2. Public Record Requests 2012 Annual Report M -3 3. Police Department 2012 Annual Report M -5 N. EXECUTIVE SESSION O. ADJOURNMENT PUBLIC HEARINGS Public hearings are set by the City Council in order to meet legal requirements In addition, the City Council may set a public hearing in order to receive public input prior to making decisions, which impact the citizens Certain matters may be controversial, and the City Council may choose to seek public opinion through the public hearing process March 5, 2013 Mayor to determine time of break Hearing devices available for those needing assistance. Port Angeles City Council Meeting Page 2 70RTANGELfiS W A S H I N G T O N U S A DATE OF MEETING: March 5, 2013 You are encouraeed to Men below if: PUBLIC INTEREST SIGN -UP SHEET CITY COUNCIL REGULAR MEETING LOCATION: City Council Chambers 1. You are here to listen to the City Council discussion on a particular agenda item; 2. You want to speak during the Public Comment period of the agenda. If several members of the public are interested in a particular agenda item, the Mayor may move that item so it is discussed earlier in the meeting. Also, the Mayor may use the information provided to organize the Public Comment period. During the Public Comment portion of the meeting, the Mayor will invite citizens to talk with the Council about topics that are not scheduled for public testimony on the evening's agenda. Prior to the start of the "Public Comment" portion of the public hearing, all persons wishing to be heard are asked to sign in with the Clerk, giving their names and addresses, and topic. The Mayor may arrange the order of speakers so that testimony is heard in the most logical groupings. To allow time for the Council to complete its legislative agenda, comments should be limited to no more than 5 minutes per person and a total of 15 minutes for this comment period. At the discretion of the Mayor, these time periods may be lengthened or shortened. Following any public comment, the Mayor may allow time, limited to five minutes, for response from City Council members and /or City staff. No speaker may convey or donate his or her time for speaking to another speaker. If many people wish to speak to a particular issue, the Mayor may limit the total amount of time dedicated to that single issue. Written comments may be submitted into the record of a Council meeting by presenting the written document to the Clerk prior to the meeting, in which case a copy of the document will be provided to each Council Member, but the document will not be read aloud; or a document may be distributed to the City Council, with a copy to the Clerk, by a speaker while the speaker is addressing the Council. Print Name Clearly Q Address q k\v �1� V i/l C _o r1∎P c6- 1 510 c i Act J co 1 13 1 1 ,k1 1 cwt pe-bic,(A1 1 1 G: \Group \Clerk\Forms \Council Attendance Roster.doc Agenda Topic Pot.</Oue7i.— Plan to Speak N N rul9rin V.,� r h(.0��dfl� I�(uQY V/• f AI /N I� l c 6/N Y/N Y/N CITY COUNCIL MEETING Port Angeles, Washington February 19, 2013 CALL TO ORDER SPECIAL MEETING Mayor Kidd called the special meeting of the Port Angeles City Council to order at 5:00 p.m. ROLL CALL: Members Present: Mayor Kidd, Deputy Mayor Collins, Councilmembers Bruch, Di Guilio, Downie, Mania, and Nelson. Members Absent: None. Staff Present: City Manager McKeen, Attorney Bloor, B. Olson, and N. West. EXECUTIVE SESSION: Based on input from Attorney Bloor, Mayor Kidd announced the need for an Executive Session, under the authority ofRCW 42.30.110(1)(i), to discuss potential litigation with legal counsel for approximately 45 minutes. In attendance: All City Councilmembers, Manager McKeen, Attorney Bloor, N. West, and B. Olson. Councilmember Bruch departed Executive Session for the first item of discussion, and returned for the remainder of Executive Session. Executive Session convened at 5:04 p.m., for 45 minutes. RETURN TO OPEN SESSION The Executive Session concluded at 5:46 p.m. No action taken. CALL TO ORDER REGULAR MEETING: Mayor Kidd called the regular meeting of the Port Angeles City Council to order at 6:00 p.m. ROLL CALL: Members Present: Mayor Kidd, Deputy Mayor Collins, Councilmembers Bruch, Di Guilio, Downie, Mania, and Nelson. Members Absent: None. Staff Present: City Manager McKeen, Attorney Bloor, Deputy Clerk Pierce, B. Olson, G. Cutler, N. West, T. Gallagher, K. Dubuc, C. Delikat, J. Burke, M. Puntenney, R. Korcz, and D Bellemente. PLEDGE OF ALLEGIANCE: Councilmember Nelson led the Pledge of Allegiance to the Flag. PORT ANGELES CITY COUNCIL MEETING February 19, 2013 CEREMONIAL MATTERS. PROCLAMATIONS EMPLOYEE RECOGNITIONS 1. Dr. Sandep Kandhwal Peninsula College Fulbright Scholar -In- Residence Mayor Kidd introduced Sophia Iliakis Doherty, Director of International Student Faculty Services from Peninsula College. Doherty introduced Dr. Sandep Kandwhal, a Fulbright Scholar -In- Residence at Peninsula College. Dr. Kandwhal spoke regarding the process for him to come from India through the efforts of former Peninsula College President Thomas Keegan and noted appreciation for receiving such a warm welcome from the community. PUBLIC COMMENT Peter Ripley of 114 E. 6 Street, Port Angeles, spoke regarding suggestions for the Landfill. Jody Moss of 73 Bridge Lane, Port Angeles, Executive Director of United Way of Clallam County, expressed thanks to the Council for their continued funding support. CONSENT AGENDA It was moved by Nelson and seconded by Downie to approve the Consent Agenda to include: 1. City Council Minutes for January 29, and February 5, 2013 2 Expenditure Approval List. 1/26/13 to 2/8/13 for $2,879,366.78 3. Clallam Economic Development Council (EDC) /2013 Contract 4. Equipment Purchase Electrical Utility Safety Equipment 5 Emergency Notification System Interlocal Agreement with Clallam County 6 Resolution No 01 -13, setting a hearing date of March 5, 2013 for consideration of Street Vacation Petition STV13-01 Lindley, Hazel /Spruce Avenue Alley Motion carried 7 -0. RESOLUTIONS NOT REOUIRING PUBLIC HEARINGS 1. Waterfront Transportation Improvement Plan Sponsorship Policy Community Economic Development Department Director West explained the community interest in potential sponsorship opportunities via tax deductible donations for the West End Park and other components of the entire project. Council discussion followed. Mayor Kidd read the Resolution by title, entitled, RESOLUTION NO. 02-13 A RESOLUTION of the City Council of the City of Port Angeles, Washington, adopting the Waterfront and Transportation Improvement Plan (WTIP) Sponsorship Policy and Procedures. It was moved by Downie and seconded by Collins to: Pass the Resolution as read by title Motion carried 7 -0. OTHER CONSIDERATIONS 1. Combined Sewer Overflow (CSO) Update Using PowerPoint slides, City Engineer Puntenney gave a presentation on the status of the CSO Phase 1 Project including change orders and Phase 2 design startup. Council discussion followed. 2. Comprehensive Emergency Management Plan (CEMP) Update Using PowerPoint slides, Fire Chief Dubuc gave a presentation to update Council on the importance and organization of the CEMP, and specific roles of Councilmembers. Council discussion followed. Page 2 of 3 E -2 PORT ANGELES CITY COUNCIL MEETING February 19, 2013 FINANCE 1. Equipment Purchase: Trucks for Street, Parks, and Light Divisions Public Works Utilities Department Director Cutler reviewed the bidding process, noting local auto dealers were invited to bid. Bid results include an adjustment to reflect the amount of sales tax the City would receive in determining the lowest responsible bidder. Council discussion followed. It was moved by Di Guilio and seconded by Nelson to: Award and authorize the City Manager to sign contracts and appropriate documents to purchase the listed trucks from the lowest responsible bidder 1. 13,700 gvw 2wd flatbed from Ruddell Auto Mall for a total price of $31,414 30, 2 16,500 gvw 4x4 bare chassis from Price Ford for a total price of $34,131 80, 3. 16,500 gvw 4x4 with flatbed from Price Ford for a total price of $43,316 95, and 4 19,500 gvw 2wd bare chassis from Price Ford for a total price of $44,240 90 Council discussion followed. Motion carried 7 -0. CITY COUNCIL REPORTS Councilmember Bruch noted an upcoming Cancer Event at the Vern Burton and a movie featured at the Heritage Center. Deputy Mayor Collins reported attending meetings in Olympia with Association of Washington Cities (AWC). Mayor Kidd reported attending the AWC Legislative Conference with Councilmember Bruch and Manager McKeen; concerns regarding obtaining Public Works Trust Fund loans; the need for further funding support for the Landfill Stabilization Project and the Harbor Sediments Study; and importance of encouraging our legislators to include funding in the State Budget. Councilmember Downie reported attending the Project Homeless Connect and co- chairing the cruise ship committee in preparation for American Cruise Lines making 13 stops in Port Angeles. Councilmember Mania reported he will be the speaker at the upcoming Green Party Regional Conference in Sequim. INFORMATION Manager McKeen noted the various reports included in the packet; his attendance at the AWC Conference and meeting with our State Legislators to continue requesting their support for funding for environmental projects, the importance of the Public Works Trust Fund loans, and the commitment of our Legislators to work towards keeping funding in the State Budget. Council discussion followed. ADJOURNMENT Mayor Kidd adjourned the meeting at 7:38 p.m. Cherie Kidd, Mayor Teresa Pierce, Deputy City Clerk Page 3 of 3 E -3 Vendor BROWN, STEVEN J MILLER, CLINT OPPELT, JACOB PURVIS, BONNIE AM CONSERVATION GROUP, INC CONNEY SAFETY PRODUCTS DOOLEY ENTERPRISES, INC ELECSYS INT'L CORP HEPBURN SUPERIOR City of Port Angeles City Council Expenditure Report Description BROWN, STEVEN J MILLER, CLINT MILLER, CLINT MILLER, CLINT MILLER, CLINT OPPELT, JACOB From: 2/9/2013 To: 2/22/2013 OPPELT, JACOB 001- 0000 213.10 -90 PURVIS, BONNIE 001- 0000 213.10 -90 PURVIS, BONNIE 001 0000 213.10 -90 PURVIS, BONNIE 001- 0000 213.10 -90 PURVIS, BONNIE 001- 0000 213.10 -90 COMMUNICATIONS /MEDIA SERV 001 0000 237.00 -00 FIRST AID SAFETY EQUIP POLICE EQUIPMENT SUPPLY POLICE EQUIPMENT SUPPLY RADIX MAINTENANCE HARDWARE,AND ALLIED ITEMS Page 1 Account Number 001- 0000 213.10 -90 001 0000 213.10 -90 001 0000 213.10 -90 001 0000 213.10 -90 001 0000 213.10 -90 001 0000 213.10 -90 001 0000 237.00 -00 001 0000 237.00 -00 001 0000 237.00 -00 001 0000 237.00 -00 001 0000 -237 00 -00 US BANK CORPORATE PAYMENT SYSTEI Credit Card Pmt 001- 0000- 213.10 -00 City Credit Card Pmt 001 0000 213.10 -95 City Credit Card Pmt 001 0000 213.10 -95 Ammunition Peninger 001 0000 237.00 -00 Monitor Arm Romberg 001 0000 237.00 -00 Uniform Shoes McFall 001- 0000 237.00 -00 Records Div Uniform Card 001 0000 237.00 -00 Service Pins Bogues 001 0000 237.00 -00 Cost Data Subscription -LH 001- 0000 237.00 -00 Red Pens -Hagar 001- 0000 237.00 -00 Dividers -Hagar 001 0000 237.00 -00 Labels for evidence -TG 001 0000 237.00 -00 Night sight set Gallagher 001 0000 237.00 -00 Filter /Lab dryer -TG 001- 0000 237.00 -00 Firearms Cing Supplies -TP 001 0000 237.00 -00 VERSARE SOLUTIONS, INC OFFICE SUPPLIES, GENERAL 001 0000 237.00 -00 Division Total: Department Total: CENTURYLINK -QWEST 02 -05 A/C 3604529882811B 001 -1210- 513.42 -10 02 -05 NC 3604529887652B 001 1210 513.42 -10 02 -05 NC 3604523877817B 001 1210 513.42 -10 COMMUNICATIONS /MEDIA SERV 001 1210 513.42 -10 COMMUNICATIONS /MEDIA SERV 001 1210 513.42 -10 02 -05 A/C 3604523712585B 001 1210 513.42 -10 US BANK CORPORATE PAYMENT SYSTEI Rotary Lunch McKeen 001 1210 513.31 -01 Date 2/27/2013 Invoice Amount 242.61 27.61 27.61 27.61 27.61 16.05 16.05 8.99 8.99 8.99 8.99 -40.07 18.34 351.54 318.36 -21.34 -8.26 14,984.53 2,248.14 13,006.03 -65.39 -20.41 -7.56 -4.62 -2.23 -67.20 -2.24 -19.10 -13.92 10.64 40.12 -8.85 131.88 $1,000.60 $1,000.60 1.20 1.20 1.20 1.20 1.38 2.10 13.00 E -4 Vendor VERIZON WIRELESS WASHINGTON (DES/TBS), STATE OF City Manager Department CENTURYLINK -QWEST VERIZON WIRELESS WASHINGTON DES/TBS), STATE OF City Manager Department ADVANCED TRAVEL CENTURYLINK -QWEST City of Port Angeles City Council Expenditure Report From: 2/9/2013 To: 2/22/2013 Description CITY BLACKBERRY BILL RADIO TELECOMMUNICATION City Manager Office 02 -05 A/C 36045298828118 02 -05 A/C 3604529887652B 02 -05 A/C 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV 02 -05 A/C 3604523712585B CITY BLACKBERRY BILL RADIO TELECOMMUNICATION Human Resources ORMCA Mtg -Hurd 02 -05 A/C 36045298828118 02 -05 A/C 3604529887652B 02 -05 A/C 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV 02 -05 A/C 3604523712585B US BANK CORPORATE PAYMENT SYSTEIARMA Dues Hurd WASHINGTON (DES/TBS), STATE OF RADIO TELECOMMUNICATION City Manager Department City Clerk City Manager Department CENTURYLINK QWEST 02 -05 A/C 3604529882811 B 02 -05 A/C 3604529887652B 02 -05 A/C 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV 02 -05 NC 3604523712585B OLYMPIC STATIONERS INC OFFICE SUPPLIES, GENERAL OFFICE SUPPLIES, GENERAL US BANK CORPORATE PAYMENT SYSTEI Red Pens Hagar Dividers -Hagar GFOA Conf /Reg -Olson WFOA Mbrship -Olson VERIZON WIRELESS CITY BLACKBERRY BILL WASHINGTON (DES/TBS), STATE OF RADIO TELECOMMUNICATION Finance Department Finance Administration CENTURYLINK QWEST 02 -05 A/C 3604529882811B 02 -05 NC 3604529887652B 02 -05 A/C 3604523877817B COMMUNICATIONS /MEDIA SERV Page 2 Account Number 001 1210- 513.42 -10 001 1210- 513.42 -10 Division Total: 001 1220- 516.42 -10 001 1220- 516.42 -10 001 1220- 516.42 -10 001 1220- 516.42 -10 001 1220- 516.42 -10 001 1220- 516.42 -10 001 1220- 516.42 -10 001- 1220- 516.42 -10 Division Total: 001 1230- 514.43 -10 001 1230- 514.42 -10 001 1230- 514.42 -10 001 1230- 514.42 -10 001 1230- 514.42 -10 001 1230- 514.42 -10 001 1230- 514.42 -10 001 1230 514.49 -01 001 1230- 514.42 -10 Division Total: Department Total: 001 2010- 514.42 -10 001 2010- 514.42 -10 001 2010- 514.42 -10 001 2010- 514.42 -10 001 2010- 514.42 -10 001 2010- 514.42 -10 001- 2010 514.31 -01 001 2010 514.31 -01 001- 2010 514.31 -01 001 2010 514.31 -01 001 2010- 514.43 -10 001- 2010 514.49 -01 001 2010- 514.42 -10 001 2010- 514.42 -10 Division Total: 001 2023 514.42 -10 001 2023 514.42 -10 001 2023 514.42 -10 001 2023 514.42 -10 Date 2/27/2013 Invoice Amount 109.62 4.09 $134.99 0.24 0.24 0.24 0.24 0.27 0.42 54.76 11.64 $68.05 15.25 0.13 0.13 0.13 0.13 0.14 0.21 205.00 0.74 $221.86 $424.90 0.86 0.86 0.86 0.86 0.96 1.47 4.50 7.59 28.85 246.47 800.00 50.00 54.76 5.28 $1,203.32 1.07 1.07 1.07 1.07 E -5 Vendor CENTURYLINK -QWEST Description COMMUNICATIONS /MEDIA SERV 02 -05 A/C 3604523712585B OLYMPIC STATIONERS INC OFFICE SUPPLIES, GENERAL OFFICE SUPPLIES, GENERAL UNITED PARCEL SERVICE Shipping Chgs US BANK CORPORATE PAYMENT SYSTEI File Folders -Hagar Fed Ctrol Cont Registry RADIO TELECOMMUNICATION Accounting 02 -05 A/C 36045298828118 02 -05 A/C 3604529887652B 02 -05 NC 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV 02 -05 NC 3604523712585B SORT ORDER PROGRAMMING CYCLES 11 -15 1/18/13 CYCLES 16 -20 1/24/13 RADIX MAINTENANCE CREDIT REPORTS PERSON SEARCHES OFFICE SUPPLIES, GENERAL OFFICE SUPPLIES, GENERAL OFFICE SUPPLIES, GENERAL BACKSIDE ODF DELINQUENT N WASHINGTON (DES/TBS), STATE OF Finance Department CENTURYLINK -QWEST DATABAR INCORPORATED ELECSYS INT'L CORP EQUIFAX LEXISNEXIS OLYMPIC STATIONERS INC PACIFIC OFFICE EQUIPMENT INC PEN PRINT INC City of Port Angeles City Council Expenditure Report From: 2/9/2013 To: 2/22/2013 US BANK CORPORATE PAYMENT SYSTEI Conf Tvl- Hostetler /Rooks Online Trng Reg -Hagar WASHINGTON (DES/TBS), STATE OF RADIO TELECOMMUNICATION Finance Department Customer Service CANON USA, INC OFFICE MACHINES ACCESS OFFICE MACHINES ACCESS COMMUNICATIONS /MEDIA SERV OFFICE MACHINES ACCESS OFFICE MACHINES ACCESS OFFICE MACHINES ACCESS POSTAGE MACHINE INK OFFICE MACHINES ACCESS OFFICE MACHINES ACCESS Shipping Chgs Reprographics Finance Department PR Litigation Seminar -BB MORNINGSIDE PACIFIC OFFICE EQUIPMENT INC PITNEY BOWES INC SHARP ELECTRONICS CORP UNITED PARCEL SERVICE Finance Department ADVANCED TRAVEL Page 3 Account Number 001 2023 514.42 -10 001 2023 514.42 -10 001 2023 514.31 -01 001 2023 514.31 -01 001 2023 514.42 -10 001 2023 514.31 -01 001 2023 514.41 -50 001 2023 514.42 -10 Division Total: 001 2025 514.42 -10 001 2025 514.42 -10 001 2025 514.42 -10 001 2025 514.42 -10 001 2025 514.42 -10 001 2025 514.42 -10 001 2025 514.41 -50 001 2025 514.41 -50 001 2025 514.41 -50 001 2025 514.48 -10 001 2025 514.41 -50 001 2025 514.41 -50 001 2025 514.31 -01 001 2025 514.31 -01 001 2025 514.31 -01 001 2025 514.31 -01 001 2025 514.43 -10 001 2025 -514 43 -10 001 2025 514.42 -10 Division Total: 001 2080 514.45 -31 001- 2080 514.45 -31 001 2080 514.41 -50 001- 2080 514.45 -31 001 2080 514.45 -31 001 2080 514.45 -31 001 2080 514.31 -01 001- 2080 514.45 -31 001- 2080 514.45 -31 001 2080 514.42 -10 Division Total: Department Total: 001 3010- 515.43 -10 Date 2/27/2013 Invoice Amount 1.24 1.92 186.43 27.56 8.12 102.80 699.00 7.69 $1,039.04 1.55 1.55 1.55 1.55 1.79 2.73 125.00 1,979.99 1,590.10 275.34 75.04 128.94 71.72 82.98 37.71 948.50 697.32 99.00 16.46 $6,138.82 351.55 365.51 855.00 60.15 104.42 16.69 177.78 387.86 149.36 11.00 $2,479.32 $10,860.50 83.88 E -6 Vendor CENTURYLINK -QWEST City of Port Angeles City Council Expenditure Report From: 2/9/2013 To: 2/22/2013 Description 02 -05 NC 3604529882811B 02 -05 A/C 3604529887652B 02 -05 A/C 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV 02 -05 A/C 3604523712585B GREAT AMERICA LEASING CORP COPIER LEASE FOR JANUARY US BANK CORPORATE PAYMENT SYSTEITask Chair- McKeen Public Records Smr -Bloor Dues -Bloor /Greenwood VERIZON WIRELESS CITY BLACKBERRY BILL WASHINGTON DES/TBS), STATE OF RADIO TELECOMMUNICATION WEST GROUP WESTLAW LEGAL RESEARCH Attorney Attorney Office FRIENDSHIP DIVERSION SERVICES FRIENDSHIP DIV. JAN Attorney Jail Contributions CENTURYLINK -QWEST 02 -05 NC 3604529882811 B 02 -05 A/C 3604529887652B 02 -05 A/C 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV 02 -05 A/C 3604523712585B CLALLAM CNTY DIST 1 COURT FILING FEES FOR JANUARY GREAT AMERICA LEASING CORP COPIER LEASE FOR JANUARY US BANK CORPORATE PAYMENT SYSTEI Chair Mahlum Dues -Cowg i l l/G re a nwoo d VERIZON WIRELESS CITY BLACKBERRY BILL WASHINGTON (DES/TBS), STATE OF RADIO TELECOMMUNICATION WEST GROUP WESTLAW LEGAL RESEARCH Attorney Prosecution Attorney CENTURYLINK -QWEST 02 -05 NC 3604529882811B 02 -05 A/C 3604529887652B 02 -05 A/C 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV 02 -05 NC 3604523712585B VERIZON WIRELESS CITY BLACKBERRY BILL WASHINGTON DES/TBS), STATE OF RADIO TELECOMMUNICATION Community Development Planning CENTURYLINK -QWEST 02 -05 NC 3604529882811 B 02 -05 A/C 36045298876528 Page 4 Account Number 001 3010- 515.42 -10 001 3010- 515.42 -10 001 3010- 515.42 -10 001 3010- 515.42 -10 001 3010- 515.42 -10 001 3010- 515.42 -10 001 3010- 515.45 -31 001 3010- 515.31 -01 001- 3010- 515.43 -10 001 3010- 515.49 -01 001 3010- 515.42 -10 001 -3010- 515.42 -10 001 3010 515.31 -01 Division Total: 001 -3012- 598.51 -23 Division Total: 001 3021 515.42 -10 001 3021 515.42 -10 001 3021 515.42 -10 001 3021 515.42 -10 001 3021 515.42 -10 001 3021 515.42 -10 001 3021 515.50 -90 001 3021 515.45 -31 001 3021 515.31 -01 001 3021 515.49 -01 001 3021 515.42 -10 001 3021 515.42 -10 001 3021 515.31 -01 Division Total: Department Total: 001 4010 558.42 -10 001 4010- 558.42 -10 001 4010- 558.42 -10 001 4010- 558.42 -10 001 4010- 558.42 -10 001 4010- 558.42 -10 001 4010- 558.42 -10 001 4010- 558.42 -10 Division Total: 001 4020 524.42 -10 001 4020 524.42 -10 Date 2/27/2013 Invoice Amount 0.72 0.72 0.72 0.72 0.82 1.26 163.47 243.89 395.00 526.10 54.76 8.67 426.13 $1,906.86 624.50 $624.50 0.48 0.48 0.48 0.48 0.55 0.84 10,045.90 163.47 270.99 532.50 109.52 4.54 426.12 $11,556.35 $14,087.71 0.90 0.90 0.90 0.90 1.03 1.58 27.38 5.20 $38.79 0.31 0.31 E -7 Vendor CENTURYLINK -QWEST WASHINGTON (DES/TBS), STATE OF Community Development CENTURYLINK -QWEST WASHINGTON (DES/TBS), STATE OF Community Development CENTURYLINK -QWEST PACIFIC OFFICE EQUIPMENT INC US BANK CORPORATE PAYMENT SYSTEI Microwave -PD Break Room VERIZON WIRELESS CITY BLACKBERRY BILL RADIO TELECOMMUNICATION Police Administration Forensics Trng Powless 02 -05 NC 3604529882811 B 02 -05 NC 3604529887652B 02 -05 NC 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV 02 -05 NC 3604523712585B CLALLAM CNTY SHERIFFS DEPT REAL PROPERTY,RENT /LEASE SWAIN'S GENERAL STORE INC FASTENERS, FASTENING DEVS US BANK CORPORATE PAYMENT SYSTEICellebrite Trng Powless WASHINGTON DES/TBS), STATE OF Police Department ADVANCED TRAVEL CENTURYLINK -QWEST VERIZON WIRELESS WASHINGTON DES/TBS), STATE OF WEST GROUP Police Department City of Port Angeles City Council Expenditure Report From: 2/9/2013 To: 2/22/2013 Description 02 -05 NC 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV 02 -05 A/C 3604523712585B RADIO TELECOMMUNICATION Building 02 -05 NC 3604529882811B 02 -05 NC 3604529887652B 02 -05 A/C 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV 02 -05 A/C 3604523712585B RADIO TELECOMMUNICATION Code Compliance Community Development 01 -20 A/C 206Z200017790B 02 -05 NC 36045298828118 02 -05 NC 3604529887652B 02 -05 A/C 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV 02 -05 NC 3604523712585B 01 -23 NC 206T31979835B OFFICE SUPPLIES,PAPER/RIB CITY BLACKBERRY BILL RADIO TELECOMMUNICATION COMPUTER SOFTWARE FOR MIN Investigation Page 5 Account Number 001 4020 524.42 -10 001 4020 524.42 -10 001 4020 524.42 -10 001 4020 524.42 -10 001 4020 524.42 -10 Division Total: 001 4030 559.42 -10 001 4030 559.42 -10 001 4030 559.42 -10 001- 4030 559.42 -10 001 -4030- 559.42 -10 001- 4030 559.42 -10 001- 4030 559.42 -10 Division Total: Department Total: 001 5010- 521.42 -10 001 5010- 521.42 -10 001 5010- 521.42 -10 001 5010- 521.42 -10 001 5010- 521.42 -10 001 5010 521.42 -10 001 5010 521.42 -10 001 5010 521.42 -10 001 5010 521.31 -60 001 5010 521.31 -80 001 5010- 521.42 -10 001 5010 521.42 -10 Division Total: 001 5021 521.43 -10 001 5021 521.42 -10 001 5021 521.42 -10 001 5021 521.42 -10 001 5021 521.42 -10 001 5021 521.42 -10 001 5021 521.42 -10 001 5021 521.49 -90 001 5021 521.31 -01 001 5021 521.43 -10 001 5021 521.42 -10 001 5021 521.42 -10 001 5021 521.49 -01 Division Total: Date 2/27/2013 Invoice Amount 0.31 0.31 0.36 0.55 0.91 $3.06 0.05 0.05 0.05 0.05 0.05 0.08 3.14 $3.47 $45.32 199.03 1.91 1.91 1.91 1.91 2.20 3.37 64.74 5.37 108.39 151.92 42.52 $585.18 472.20 1.19 1.19 1.19 1.19 1.37 2.10 2,700.00 5.89 2,815.30 568.74 13.83 104.62 $6,688.81 E -8 Vendor CENTURYLINK -QWEST CLALLAM CNTY SHERIFFS DEPT DOOLEY ENTERPRISES, INC US BANK CORPORATE PAYMENT SYSTEI Console Cing Supplies -SR Filter /Lab dryer -TG Night sight set Gallagher Monitor Arm Romberg Ammunition Peninger Firearms Cing Supplies -TP VERIZON WIRELESS WASHINGTON (DES/TBS), STATE OF Police Department VERIZON WIRELESS Police Department CENTURYLINK -QWEST OLYMPIC STATIONERS INC PACIFIC OFFICE EQUIPMENT INC City of Port Angeles City Council Expenditure Report From: 2/9/2013 To: 2/22/2013 Description Account Number 02 -05 NC 36045298828118 001 5022 521.42 -10 02 -05 NC 3604529887652B 001 5022 521.42 -10 02 -05 A/C 3604523877817B 001 5022 521.42 -10 COMMUNICATIONS /MEDIA SERV 001 -5022- 521.42 -10 COMMUNICATIONS /MEDIA SERV 001 5022 521.42 -10 02 -05 A/C 3604523712585B 001 5022 521.42 -10 REAL PROPERTY,RENT /LEASE 001 5022 521.49 -90 POLICE EQUIPMENT SUPPLY 001 5022 521.31 -80 SHIPPING AND HANDLING 001- 5022 521.31 -80 POLICE EQUIPMENT SUPPLY 001 5022 521.31 -80 SHIPPING AND HANDLING 001 5022 521.31 -80 NORTHEAST WISCONSIN TECH COLLEGE SCHOOL EQUIP& SUPPLIES 001 5022 521.43 -10 001 5022 521.31 -01 001- 5022 521.31 -01 001 5022 521.31 -11 001 5022 521.31 -60 001 5022 521.31 -80 001 5022 521.31 -80 CITY BLACKBERRY BILL 001 5022 521.42 -10 RADIO TELECOMMUNICATION 001 5022 521.42 -10 Patrol Division Total: CITY BLACKBERRY BILL 001 5026- 521.42 -10 Reserves Volunteers Division Total: 02 -05 NC 3604529882811B 001- 5029 521.42 -10 02 -05 NC 3604529887652B 001- 5029 521.42 -10 02 -05 NC 3604523877817B 001 5029 521.42 -10 COMMUNICATIONS /MEDIA SERV 001 5029 521.42 -10 COMMUNICATIONS /MEDIA SERV 001 5029 521.42 -10 02 -05 NC 3604523712585B 001- 5029 521.42 -10 OFFICE SUPPLIES, GENERAL 001- 5029 521.31 -01 COMPUTER ACCESSORIES&SUPF 001-5029-521.31-60 OFFICE MACHINES ACCESS RENTAULEASE EQUIPMENT RENTAULEASE EQUIPMENT RENTAULEASE EQUIPMENT US BANK CORPORATE PAYMENT SYSTEI Uniform Shoes McFall Labels for evidence -TG Records Div Uniform Card VERIZON WIRELESS CITY BLACKBERRY BILL WAPRO MEMBERSHIPS WASHINGTON DES/TBS), STATE OF RADIO TELECOMMUNICATION Police Department Records Page 6 001 5029 521.45 -31 001 5029 521.45 -31 001 5029 521.45 -31 001 5029 521.45 -31 001 5029 521.20 -80 001 5029 521.31 -01 001 5029 521.31 -11 001 5029 521.42 -10 001 5029 521.49 -01 001 5029 521.42 -10 Division Total: Date 2/27/2013 Invoice Amount 3.35 3.35 3.35 3.35 3.85 5.89 5,004.00 4,401.54 135.00 4,108.36 235.00 175.00 213.85 517.68 137.29 263.39 843.88 114.21 2,344.92 23.82 $18,541.08 34.71 $34.71 1.20 1.20 1.20 1.20 1.37 2.10 164.89 334.39 45.68 146.63 134.65 54.29 97.55 179.64 59.61 80.34 25.00 17.50 $1,348.44 E -9 Vendor CENTURYLINK -QWEST Description Police Department 02 -05 A/C 3604529882811B 02 -05 NC 3604529887652B 02 -05 NC 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV 02 -05 A/C 3604523712585B 02 -05 NC 3604529882811B 02 -05 A/C 3604529887652B 02 -05 NC 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV 02 -05 NC 3604523712585B CLALLAM CNTY FIRE DISTRICT 2 AWARDS AWARDS PACIFIC OFFICE EQUIPMENT INC COMPUTERS,DP WORD PROC. OFFICE MACHINES ACCESS OFFICE MACHINES ACCESS PORT ANGELES FIRE DEPARTMENT REFRESHMENTS OFFICER M QUILL CORPORATION BOTTLED WATER /PLATES RENTAL OR LEASE SERVICES SUPPLIES PAPER (OFFICE,PRINT SHOP) US BANK CORPORATE PAYMENT SYSTEI Certification Test Dubuc WASHINGTON (DES/TBS), STATE OF RADIO TELECOMMUNICATION RADIO TELECOMMUNICATION Fire Department Fire Administration BAXTER AUTO PARTS #15 BLUMENTHAL UNIFORMS EQUIP CENTURYLINK -QWEST CLALLAM CNTY FIRE DISTRICT 2 Dahll's Upholstery RICHMOND 2 -WAY RADIO SEAWESTERN INC SUNSET DO -IT BEST HARDWARE City of Port Angeles City Council Expenditure Report From: 2/9/2013 To: 2/22/2013 5 GALLON CAR WASH CLOTHING APPAREL 02 -05 A/C 3604529882811B 02 -05 NC 3604529887652B 02 -05 NC 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV 02 -05 NC 3604523712585B AWARDS 1400 ANDREW COOPER LABOR UPHOLSTERY INSTALL NARROWBAND SUPPLIES MACHINERY HEAVY HRDWARE AUTO SHOP EQUIPMENT SUP Page 7 Account Number Department Total: 001 6010- 522.42 -10 001 6010- 522.42 -10 001 6010- 522.42 -10 001 6010- 522.42 -10 001 6010- 522.42 -10 001 6010- 522.42 -10 001 6010- 522.42 -11 001 6010- 522.42 -11 001 6010- 522.42 -11 001 6010- 522.42 -11 001 6010- 522.42 -11 001 6010- 522.42 -11 001 6010 522.31 -01 001 6010 522.31 -01 001 6010 522.31 -01 001 6010- 522.45 -31 001 6010- 522.45 -31 001 6010 522.31 -01 001 6010 522.31 -01 001 6010 522.31 -01 001 6010 522.31 -01 001 6010 522.31 -01 001 6010- 522.43 -10 001 6010- 522.42 -10 001 6010- 522.42 -11 Division Total: 001 6020 522.31 -02 001 6020 522.20 -80 001 6020 522.42 -10 001 6020 522.42 -10 001 6020 522.42 -10 001 6020 522.42 -10 001 6020 522.42 -10 001 6020 522.42 -10 001 6020 522.31 -01 001 6020 522.43 -10 001 6020 522.31 -02 001 6020 594.64 -10 001 6020 594.64 -10 001 6020 522.31 -02 001 6020 522.31 -02 Date 2/27/2013 Invoice Amount $27,198.22 1.67 1.67 1.67 1.67 1.92 2.94 0.48 0.48 0.48 0.48 0.55 0.84 31.61 25.00 80.21 50.54 52.82 29.48 59.21 51.97 147.06 17.32 180.00 3.88 3.55 $747.50 58.95 368.51 1.55 1.55 1.55 1.55 1.79 2.73 63.22 25.00 43.36 2,168.00 18,811.30 3.88 4.85 E -10 Vendor Description US BANK CORPORATE PAYMENT SYSTEI Service Pins Bogues WASHINGTON DES/TBS), STATE OF Fire Department CENTURYLINK -QWEST Fire Department CENTURYLINK -QWEST Fire Department City of Port Angeles City Council Expenditure Report From: 2/9/2013 To: 2/22/2013 RADIO TELECOMMUNICATION Fire Supression 02 -05 NC 3604529882811B 02 -05 A/C 3604529887652B 02 -05 A/C 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV 02 -05 NC 3604523712585B CLALLAM CNTY FIRE DISTRICT 2 AWARDS AWARDS UNIFORMS UNIFORMS Fire Department Fire Volunteers CENTURYLINK -QWEST 02 -05 NC 3604529882811 B 02 -05 A/C 3604529887652B 02 -05 NC 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV 02 -05 NC 3604523712585B OLYMPIC PRINTERS INC PRINTING,SILK SCR,TYPSET VERIZON WIRELESS CITY BLACKBERRY BILL Fire Department Fire Prevention CENTURYLINK -QWEST 02 -05 A/C 3604529882811 B 02 -05 NC 3604529887652B 02 -05 A/C 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV 02 -05 NC 3604523712585B CLALLAM CNTY FIRE DISTRICT 2 AWARDS US BANK CORPORATE PAYMENT SYSTEI Ferry Tickets- Bogues WASHINGTON (DES/TBS), STATE OF RADIO TELECOMMUNICATION Fire Department Fire Training PORT ANGELES FIRE DEPARTMENT SUPPLIES Facilities Maintenance 02 -05 A/C 3604529882811B 02 -05 A/C 3604529887652B 02 -05 NC 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV 02 -05 A/C 3604523712585B Emergency Management Fire Department Page 8 Account Number 001 6020 522.31 -01 001 6020 522.42 -10 Division Total: 001 6021 522.42 -10 001 6021 522.42 -10 001 6021 522.42 -10 001 6021 522.42 -10 001 6021 522.42 -10 001 6021 522.42 -10 001 6021 522.31 -01 001 6021 522.31 -01 001 6021 522.31 -01 001 6021 522.31 -11 Division Total: 001 6030 522.42 -10 001 6030 522.42 -10 001 6030 522.42 -10 001 6030 522.42 -10 001- 6030 522.42 -10 001 6030 522.42 -10 001 6030 522.31 -01 001 6030 522.42 -10 Division Total: 001 6040 522.42 -10 001 6040 522.42 -10 001 6040 522.42 -10 001 6040 522.42 -10 001 6040 522.42 -10 001 6040 522.42 -10 001 6040 522.31 -01 001 6040 522.43 -10 001- 6040 522.42 -10 Division Total: 001 6050 522.31 -01 Division Total: 001 6060 525.42 -10 001 6060 525.42 -10 001 6060 525.42 -10 001 6060 525.42 -10 001 6060 525.42 -10 001 6060 525.42 -10 Division Total: Department Total: Date: 2/27/2013 Invoice Amount 28.73 1.65 $21,588.17 0.12 0.12 0.12 0.12 0.14 0.21 291.58 10.52 536.17 229.10 $1,068.20 0.24 0.24 0.24 0.24 0.27 0.42 52.03 54.76 $108.44 0.24 0.24 0.24 0.24 0.27 0.42 31.61 13.15 1.16 $47.57 30.41 $30.41 1.07 1.07 1.07 1.07 1.24 1.89 $7.41 $23,597.70 E -11 Vendor ADVANCED TRAVEL AMERICAN PUBLIC WORKS ASSN CENTURYLINK -QWEST 2013 APWA WA Spring Conference OLYMPIC STATIONERS INC PACIFIC OFFICE EQUIPMENT INC SHARP ELECTRONICS CORP SUNSET DO -IT BEST HARDWARE US BANK CORPORATE PAYMENT SYSTEI Meeting Supplies -Wray Cost Data Subscription -LH PDN Subscription -Wray VERIZON WIRELESS 01 -28 a/c 271138138 -00002 01 -22 a/c 571136182-00001 RADIO TELECOMMUNICATION Pub Wks Administration Public Works -Gen Fnd 02 -05 A/C 36045298828118 02 -05 A/C 3604529887652B 02 -05 NC 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV 02 -05 NC 3604523712585B FURNITURE, OFFICE OFFICE SUPPLIES, GENERAL OFFICE SUPPLIES, GENERAL OFFICE SUPPLIES, GENERAL OFFICE SUPPLIES, GENERAL OFFICE MACHINES ACCESS OFFICE MACHINES ACCESS 01 -22 a/c 571136182 -00005 OFFICE SUPPLIES, GENERAL RADIO TELECOMMUNICATION Parks Administration 02 -05 NC 36045298828118 WASHINGTON (DES/TBS), STATE OF Public Works -Gen Fnd CENTURYLINK -QWEST COSTCO CREDIT CARD PMTS OLYMPIC STATIONERS INC PACIFIC OFFICE EQUIPMENT INC VERIZON WIRELESS VERSARE SOLUTIONS, INC WASHINGTON (DES/TBS), STATE OF Parks Dept CENTURYLINK -QWEST City of Port Angeles City Council Expenditure Report From: 2/9/2013 To: 2/22/2013 Description Dep Dir Mtg -GC /CD WSDOT- DES Pozernick RSMEANS Pozernick MEMBERSHIP MAHER ABED 02 -05 NC 36045298828118 02 -05 NC 3604529887652B 02 -05 A/C 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV 02 -05 A/C 3604523712585B REGISTRATION MAHER ABED SUPPLIES OFFICE MACHINES ACCESS OFFICE MACHINES ACCESS OFFICE MACHINES ACCESS PAINTS,COATINGS,WALLPAPER Page 9 Account Number 001 7010- 532.43 -10 001 7010 -532 43 -10 001 7010- 532.43 -10 001 7010 532.49 -01 001 7010- 532.42 -10 001 7010- 532.42 -10 001 7010- 532.42 -10 001 7010- 532.42 -10 001 7010- 532.42 -10 001 7010- 532.42 -10 001 7010 -532 43 -10 001 7010 532.31 -01 001 7010 532.45 -31 001 7010 532.45 -31 001 7010 532.45 -31 001- 7010 532.35 -01 001 7010 532.31 -01 001 7010 532.48 -02 001 7010- 532.49 -01 001 7010- 532.42 -10 001 7010- 532.42 -10 001 7010- 532.42 -10 Division Total: Department Total: 001 8010- 574.42 -10 001 -8010- 574.42 -10 001 8010- 574.42 -10 001 8010- 574.42 -10 001 8010- 574.42 -10 001 8010- 574.42 -10 001 8010 574.31 -80 001 8010 574.31 -01 001 8010 -574 31 -01 001 -8010- 574.31 -01 001 8010 574.31 -01 001 8010 574.45 -31 001 8010- 574.45 -31 001 -8010- 574.42 -10 001 8010- 574.31 -80 001 8010- 574.42 -10 Division Total: 001 8012- 555.42 -10 Date 2/27/2013 Invoice Amount 167.27 347.34 804.31 152.00 3.71 3.71 3.71 3.71 4.27 6.52 500.00 25.30 175.92 284.54 264.66 19.47 9.56 867.16 135.20 37.77 99.82 37.89 $3,953.84 $3,953.84 0.36 0.36 0.36 0.36 0.41 0.63 195.59 105.41 104.16 27.30 102.58 13.54 45.44 38.47 1,701.88 9.82 $2,346.67 0.36 E -12 Vendor CENTURYLINK -QWEST OLYMPIC PRINTERS INC PACIFIC OFFICE EQUIPMENT INC WASHINGTON (DES/TBS), STATE OF Parks Dept CED /CONSOLIDATED ELEC DIST INC CENTURYLINK -QWEST HEPBURN SUPERIOR INX, LLC MATTHEWS BRONZE PA PACIFIC OFFICE EQUIPMENT INC QUIRING MONUMENTS INC SOUND PUBLISHING INC THURMAN SUPPLY VERIZON WIRELESS WASHINGTON (DES/TBS), STATE OF Parks Dept ANGELES MILLWORK LUMBER CO CED /CONSOLIDATED ELEC DIST INC City of Port Angeles City Council Expenditure Report From: 2/9/2013 To: 2/22/2013 Description 02 -05 NC 3604529887652B 02 -05 A/C 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV 02 -05 NC 3604523712585B 02 -02 a/c 3604171942413B 02 -05 a/c 3604529861819B PRINTING,SILK SCR,TYPSET OFFICE MACHINES ACCESS OFFICE MACHINES ACCESS OFFICE MACHINES ACCESS OFFICE MACHINES ACCESS RADIO TELECOMMUNICATION Senior Center HAND TOOLS ,POW &NON POWER 02 -05 NC 3604529882811B 02 -05 NC 3604529887652B 02 -05 A/C 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV 02 -05 A/C 3604523712585B HARDWARE,AND ALLIED ITEMS CEMETERY SUPPLIES COMPUTERS,DP WORD PROC CEMETERY MARKERS CEMETERY MARKERS COMMUNICATIONS /MEDIA SERV CEMETERY MARKERS CEMETERY MARKERS CEMETERY MARKERS CEMETERY MARKERS CEMETERY MARKERS COMMUNICATIONS /MEDIA SERV ELECTRICAL EQUIP SUPPLY 01 -28 a/c 271138138 -00001 RADIO TELECOMMUNICATION Ocean View Cemetery BRUSHES (NOT CLASSIFIED) FUEL,OIL,GREASE, LUBES HARDWARE,AND ALLIED ITEMS LUMBER& RELATED PRODUCTS ELECTRICAL EQUIP SUPPLY Page 10 Account Number 001 -8012- 555.42 -10 001 -8012- 555.42 -10 001 8012- 555.42 -10 001 8012- 555.42 -10 001 8012- 555.42 -10 001 -8012- 555.42 -10 001 -8012- 555.42 -10 001 -8012- 555.31 -01 001 -8012- 555.45 -31 001 8012- 555.45 -31 001 8012- 555.45 -31 001 8012- 555.45 -31 001 8012- 555.42 -10 Division Total: 001 8050 536.35 -01 001 8050 536.42 -10 001 8050 536.42 -10 001 -8050- 536.42 -10 001 8050 536.42 -10 001 8050 536.42 -10 001 -8050- 536.42 -10 001 8050 536.31 -20 001 -8050- 536.34 -01 001 8050 536.31 -60 001 -8050- 536.34 -01 001 8050 536.34 -01 001 8050 536.31 -20 001 -8050- 536.34 -01 001 8050 536.34 -01 001 -8050- 536.34 -01 001 -8050- 536.34 -01 001 -8050- 536.34 -01 001 8050 536.44 -10 001 8050 536.31 -20 001- 8050 536.42 -10 001 8050 536.42 -10 Division Total: 001 -8080- 576.31 -20 001 8080 -576 31 -20 001 -8080- 576.31 -20 001 8080 576.31 -20 001 -8080- 576.31 -20 Invoice Amount 0.36 0.36 0.36 0.41 0.63 41.76 40.57 220.00 12.20 11.67 26.44 34.30 0.83 $390.25 377.88 0.24 0.24 0.24 0.24 0.27 0.42 106.51 439.18 46.62 220.31 220.31 75.85 439.00 493.00 90.00 217.00 90.00 270.00 60.70 78.04 1.40 $3,227.45 34.95 117.04 30.07 48.68 24.31 E -13 Date' 2/27/2013 Vendor CED /CONSOLIDATED ELEC DIST INC CENTURYLINK -QWEST CONNEY SAFETY PRODUCTS CROP PRODUCTION SERVICES, INC KNIGHT FIRE PROTECTION INC LAWN EQUIPMENT SUPPLY MURRAY MOTORS INC PACIFIC OFFICE EQUIPMENT INC SUNSET DO -IT BEST HARDWARE SWAIN'S GENERAL STORE INC VERIZON WIRELESS WA RECREATION PARK ASSN/WRPA Parks Dept ANGELES MILLWORK LUMBER CO KNIGHT FIRE PROTECTION INC NAPA AUTO PARTS ORKIN EXTERMINATING COMPANY INC STANLEY ACCESS TECH Facilities Maintenance CENTURYLINK -QWEST City of Port Angeles City Council Expenditure Report From: 2/9/2013 To: 2/22/2013 Description ELECTRICAL EQUIP SUPPLY 02 -05 A/C 36045298828118 02 -05 NC 3604529887652B 02 -05 NC 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV 02 -05 A/C 3604523712585B FIRST AID SAFETY EQUIP. SEED,SOD,SOIL &INOCULANT SEED,SOD,SOIL &INOCULANT SEED,SOD,SOIL &INOCULANT EQUIP MAINT REPAIR SERV EQUIPMENT MAINTENANCE,REC EQUIPMENT MAINTENANCE,REC EQUIPMENT MAINTENANCE,REC HARDWARE,AND ALLIED ITEMS HARDWARE,AND ALLIED ITEMS COPYING MACHINE SUPPLIES TWINE HARDWARE,AND ALLIED ITEMS HARDWARE,AND ALLIED ITEMS HARDWARE,AND ALLIED ITEMS CLOTHING APPAREL FIRST AID SAFETY EQUIP. HARDWARE,AND ALLIED ITEMS 01 -22 a/c 5711 36182 -00003 CITY BLACKBERRY BILL EDUCATIONAL SERVICES Park Facilities Parks Dept HARDWARE,AND ALLIED ITEMS EQUIPMENT MAINTENANCE,REC BELTS AND BELTING POISONS.AGRICUL INDUSTR BUILDER'S SUPPLIES BUILDER'S SUPPLIES Senior Center Facilities 02 -05 A/C 36045298828118 02 -05 A/C 3604529887652B 02 -05 A/C 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV Page 11 Account Number 001 8080 576.31 -20 001- 8080 576.42 -10 001 8080 576.42 -10 001 8080 576.42 -10 001 8080 576.42 -10 001 8080 576.42 -10 001 8080 576.42 -10 001 8080 576.31 -01 001 8080 576.31 -40 001- 8080 576.31 -40 001 8080 576.31 -40 001 8080 576.48 -10 001 8080 576.48 -10 001 8080 576.48 -10 001 8080 576.48 -10 001 8080 576.31 -20 001 8080 576.31 -01 001- 8080 576.48 -10 001 8080 576.31 -01 001- 8080 576.31 -01 001- 8080 576.31 -20 001 8080 576.31 -20 001 8080 576.31 -01 001 8080 576.31 -20 001 8080 576.31 -20 001 8080 576.42 -10 001 8080 576.42 -10 001 8080 576.43 -10 Division Total: Department Total: 001 8112- 555.31 -20 001 8112- 555.48 -10 001 8112- 555.31 -20 001 8112- 555.48 -10 001 8112- 555.48 -10 001 8112- 555.48 -10 Division Total: 001 8130- 518.42 -10 001 8130- 518.42 -10 001 8130- 518.42 -10 001 8130- 518.42 -10 001 8130- 518.42 -10 Date 2/27/2013 Invoice Amount 36.48 1.19 1.19 1.19 1.19 1.37 2.10 236.61 241.19 1,902.64 6,017.50 2,437.92 106.23 106.23 96.48 873.67 267.73 102.98 117.04 10.21 171.68 102.43 13.95 48.36 29.54 124.25 54.76 510.00 $13,871.16 $19,835.53 25.02 86.72 33.86 63.20 2,087.54 637.87 $2,934.21 0.12 0.12 0.12 0.12 0.14 E -14 Vendor CENTURYLINK -QWEST COSTCO CREDIT CARD PMTS SWAIN'S GENERAL STORE INC VERIZON WIRELESS Facilities Maintenance ANGELES MILLWORK LUMBER CO BURKE'S FLOORING CED /CONSOLIDATED ELEC DIST INC CENTURYLINK -QWEST ECYCLENW HARTNAGEL BUILDING SUPPLY INC ORKIN EXTERMINATING COMPANY INC OTIS ELEVATOR COMPANY INC PAINT CARPET BARN, THE SWAIN'S GENERAL STORE INC THURMAN SUPPLY Facilities Maintenance CENTURYLINK -QWEST City of Port Angeles City Council Expenditure Report From: 2/9/2013 To: 2/22/2013 Description 02 -05 A/C 3604523712585B 02 -02 a/c 3604170786905B HARDWARE,AND ALLIED ITEMS HARDWARE,AND ALLIED ITEMS 01 -22 a/c 571136182 -00005 Custodial /Janitorial Svcs PAINTS,COATINGS,WALLPAPER HARDWARE,AND ALLIED ITEMS ROAD /HWY MAT NONASPHALTIC BRUSHES (NOT CLASSIFIED) PAINTS,COATINGS,WALLPAPER PAINTS,COATI NGS,WALLPAPER PAINTS,COATINGS,WALLPAPER HARDWARE,AND ALLIED ITEMS FLOOR COVERING, INSTALLED ELECTRICAL EQUIP SUPPLY 02 -05 NC 36045298828118 02 -05 NC 3604529887652B 02 -05 A/C 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV 02 -05 NC 3604523712585B 02 -05 a/c 3604523954268B 02 -02 a/c 3604175328784B HARDWARE,AND ALLIED ITEMS HARDWARE,AND ALLIED ITEMS HARDWARE,AND ALLIED ITEMS HARDWARE,AND ALLIED ITEMS BUILDER'S SUPPLIES POISONS:AGRICUL INDUSTR BUILDING MAINT &REPAIR SER PAINTS,COATINGS,WALLPAPER HARDWARE,AND ALLIED ITEMS HARDWARE,AND ALLIED ITEMS Central Svcs Facilities Facilities Maintenance 02 -05 A/C 3604529882811B 02 -05 A/C 3604529887652B 02 -05 A/C 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV 02 -05 NC 3604523712585B Page 12 Account Number 001 8130- 518.42 -10 001 8130- 518.42 -10 001 8130 518.31 -01 001 8130 518.31 -01 001 8130- 518.42 -10 Division To tal: 001 8131 518.31 -20 001 8131 518.31 -20 001- 8131- 518.31 -20 001 -8131- 518.31 -20 001 8131 518.31 -20 001 -8131- 518.31 -20 001 8131 518.31 -20 001 -8131- 518.31 -20 001 8131- 518.48 -10 001 8131 518.31 -20 001 8131- 518.42 -10 001 8131- 518.42 -10 001 -8131- 518.42 -10 001 8131- 518.42 -10 001 8131- 518.42 -10 001 8131- 518.42 -10 001 8131- 518.42 -10 001 8131- 518.42 -10 001 8131 518.31 -20 001 8131 518.31 -20 001 8131 518.31 -20 001 8131 518.31 -20 001 8131 518.31 -20 001 8131 518.48 -10 001 8131- 518.48 -10 001 -8131- 518.31 -20 001 8131 518.31 -20 001 8131- 518.31 -20 Division Total: Department Total: 001 8221 574.42 -10 001 8221 574.42 -10 001 8221- 574.42 -10 001 8221 574.42 -10 001 8221 574.42 -10 001 8221 574.42 -10 Date 2/27/2013 Invoice Amount 0.21 32.81 130.34 30.22 19.11 $213.31 113.16 55.88 11.21 12.67 227.62 30.20 7.59 8.69 2,116.24 63.22 0.12 0.12 0.12 0.12 0.14 0.21 84.78 41.76 114.24 50.40 21.56 59.64 12.52 83.16 4,604.78 160.23 48.98 23.02 $7,952.38 $11,099.90 0.12 0.12 0.12 0.12 0.14 0.21 E -15 Vendor Washington State ASA/Carol PACIFIC OFFICE EQUIPMENT INC WASHINGTON (DES/TBS), STATE OF Recreation Activities AT &T MOBILITY CENTURYLINK -QWEST PACIFIC OFFICE EQUIPMENT INC UNITED PARCEL SERVICE WASHINGTON (DES/TBS), STATE OF Recreation Activities ALBERTSONS INC CENTURYLINK -QWEST DEPT OF FISH WILDLIFE Bret Wiggins Dino Marcis OLYMPIC STATIONERS INC SOUND PUBLISHING INC VERIZON WIRELESS WASHINGTON (DES/TBS), STATE OF Recreation Activities ALPINE PRODUCTS, INC ANGELES MILLWORK LUMBER CO B B SHARPENING SERVICE /REPAIR CENTURYLINK -QWEST City of Port Angeles City Council Expenditure Report From: 2/9/2013 To: 2/22/2013 Description Account Number AMATEUR SOFTBALL ASSOCIAT 001 8221 574.49 -01 OFFICE MACHINES ACCESS 001 8221 574.45 -31 OFFICE MACHINES ACCESS 001 8221- 574.45 -31 RADIO TELECOMMUNICATION 001 8221 574.42 -10 Sports Programs Division Total: 01 -26 a/c 994753890 001 8222 574.42 -10 02 -05 NC 36045298828118 001 8222 574.42 -10 02 -05 A/C 3604529887652B 001 8222 574.42 -10 02 -05 NC 3604523877817B 001 8222 574.42 -10 COMMUNICATIONS /MEDIA SERV 001 8222 574.42 -10 COMMUNICATIONS /MEDIA SERV 001 8222 574.42 -10 02 -05 NC 3604523712585B 001 8222- 574.42 -10 OFFICE SUPPLIES, GENERAL 001 8222 574.31 -01 OFFICE MACHINES ACCESS 001 8222 574.45 -31 OFFICE MACHINES ACCESS 001 8222 574.45 -31 Shipping Chgs 001- 8222 574.42 -10 RADIO TELECOMMUNICATION 001 8222 574.42 -10 Special Events Division Total: FOODS. PERISHABLE 001 8224 574.31 -01 02 -05 NC 3604529882811B 001 8224 574.42 -10 02 -05 A/C 3604529887652B 001 8224 574.42 -10 02 -05 A/C 3604523877817B 001 8224 574.42 -10 COMMUNICATIONS /MEDIA SERV 001- 8224 574.42 -10 COMMUNICATIONS /MEDIA SERV 001 8224 574.42 -10 02 -05 A/C 3604523712585B 001 8224 574.42 -10 FISH DERBY PERMIT 001 8224 574.41 -50 ENTERTAINER BRET WIGGINS 001 8224 574.41 -50 ENTERTAINER DINO MACRIS 001 8224 574.41 -50 OFFICE SUPPLIES, GENERAL 001 8224 574.31 -01 COMMUNICATIONS /MEDIA SERV 001 8224- 574.44 -10 01 -22 a/c 571136182 -00005 001 8224- 574.42 -10 RADIO TELECOMMUNICATION 001 8224 574.42 -10 Youth /Family Programs Division Total: Recreation Activities Department Total: General Fund Fund Total: HARDWARE,AND ALLIED ITEMS 102 7230 542.35 -01 LUMBER& RELATED PRODUCTS 102 7230 542.31 -20 BUILDER'S SUPPLIES 102- 7230 542.31 -25 MATERIAL HNDLING &STOR EQP 102- 7230 542.31 -25 MATERIAL HNDLING &STOR EQP 102 7230 542.31 -25 HAND TOOLS ,POW &NON POWER 102 7230 542.41 -50 02 -05 NC 3604529882811B 102- 7230 542.42 -10 Page 13 Date 2/27/2013 Invoice Amount 250.00 33.90 32.46 0.17 $317.36 10.02 0.12 0.12 0.12 0.12 0.14 0.21 431.43 67.80 32.46 51.31 3.06 $596.91 169.91 0.12 0.12 0.12 0.12 0.14 0.21 24.00 200.00 200.00 10.16 139.40 38.22 0.41 $782.93 $1,697.20 $111,800.22 247.04 263.93 154.19 16.26 -16.26 37.81 0.60 E -16 Vendor CENTURYLINK -QWEST FASTENAL INDUSTRIAL HARTNAGEL BUILDING SUPPLY INC LAKESIDE INDUSTRIES INC LINCOLN INDUSTRIAL CORP PORT ANGELES POWER EQUIPMENT PUD #1 OF CLALLAM COUNTY SEARS COMMERCIAL ONE SHARP ELECTRONICS CORP SUNSET DO -IT BEST HARDWARE SWAIN'S GENERAL STORE INC WASHINGTON (DES/TBS), STATE OF WASHINGTON (DOT), STATE OF Public Works- Street CENTURYLINK -QWEST City of Port Angeles City Council Expenditure Report From: 2/9/2013 To: 2/22/2013 Description Account Number 02 -05 A/C 3604529887652B 102- 7230 542.42 -10 02 -05 NC 3604523877817B 102- 7230 542.42 -10 COMMUNICATIONS /MEDIA SERV 102 7230 542.42 -10 COMMUNICATIONS /MEDIA SERV 102 7230 542.42 -10 02 -05 NC 36045237125858 102- 7230 542.42 -10 FIRST AID SAFETY EQUIP. 102 7230 542.31 -01 FUEL,OIL,GREASE, LUBES 102 7230 542.31 -20 HARDWARE,AND ALLIED ITEMS 102 7230 542.31 -25 SUPPLIES 102- 7230 542.31 -20 ROAD /HWY MATERIALS ASPHLT 102 7230 542.31 -20 PIPE AND TUBING 102 7230 542.31 -20 LAWN MAINTENANCE EQUIP 102 7230 542.31 -01 HARDWARE,AND ALLIED ITEMS 102 7230 542.35 -01 HAND TOOLS ,POW &NON POWER 102 7230 542.35 -01 HARDWARE,AND ALLIED ITEMS 102 7230 542.35 -01 LAWN MAINTENANCE EQUIP 102 7230 542.35 -01 SR 101 Euclid 102 7230 542.47 -10 Lauridsen L St 102 7230 542.47 -10 OFFICE MACHINES ACCESS 102 7230 542.35 -01 RENTAULEASE EQUIPMENT 102 7230 542.45 -31 SUPPLIES 102- 7230 542.31 -20 HARDWARE,AND ALLIED ITEMS 102 7230 542.31 -20 JANITORIAL SUPPLIES 102 7230 542.35 -01 HAND TOOLS ,POW &NON POWER 102 7230 542.35 -01 CLOTHING APPAREL 102 7230 542.31 -01 SUPPLIES HARDWARE,AND ALLIED ITEMS SUPPLIES US BANK CORPORATE PAYMENT SYSTEI Cable Mgmt Device -Wray Task Chairs -Wray VERIZON WIRELESS 01 -28 a/c 271138138 -00004 01 -22 a/c 571136182 -00003 RADIO TELECOMMUNICATION CONSTRUCTION SERVICES,GEN Street Public Works- Street Street Fund 02 -05 NC 3604529882811B 02 -05 NC 3604529887652B 02 -05 A/C 36045238778178 COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV Page 14 102- 7230 -542 31 -20 102- 7230 542.31 -25 102- 7230 542.35 -01 102- 7230 542.31 -01 102- 7230 542.31 -01 102- 7230 542.42 -10 102- 7230 542.42 -10 102- 7230 542.42 -10 102- 7230 542.48 -10 Division Total: Department Total: 103 -1511 103 -1511 103 -1511 103 -1511 103 -1511 Fund Total: 558.42 -10 558.42 -10 558.42 -10 558.42 -10 -558 42 -10 Date 2/27/2013 Invoice Amount 0.60 0.60 0.60 0.69 1.05 92.88 97.53 285 77 921.22 2,189.24 8.54 47.69 211.38 730.62 211.38 624.27 15.23 15.33 216.79 86.66 3.21 19.97 14.63 16.57 34.93 70.15 6.63 34.66 15.49 574.50 133.09 117.94 2.81 719.90 $7,803.36 $7,803.36 $7,803.36 0.06 0.06 0.06 0.06 0.07 E -17 Vendor CENTURYLINK -QWEST NORTH OLYMPIC PENINSULA RC D VERIZON WIRELESS Economic Development Description 02 -05 A/C 3604523712585B ANNUAL DUES CITY BLACKBERRY BILL Economic Development Economic Development Economic Development US BANK CORPORATE PAYMENT SYSTEI Monitor Arm Romberg KVM Switch- Romberg Monitor Arm Romberg Hard Drive /RAM Upgrade HEALTH RELATED SERVICES WCIA Mtg- Romberg Pub Ed Mtg -Homan WCJTC /CTO -Rife E911 Mtg- Romberg WCJTC- CTO- Sheats CLOTHING APPAREL CLOTHING APPAREL 300539444 406063845 300509854 02 -05 A/C 3604529882811B 02 -05 A/C 3604529887652B 02 -05 A/C 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV 02 -05 A/C 3604523712585B 02 -02 NC 360Z020380301B HEALTH RELATED SERVICES HEALTH RELATED SERVICES 2 NEW EMPLOYEE TRNG SUBSC DATA PROC SERV &SOFTWARE DATA PROC SERV &SOFTWARE US BANK CORPORATE PAYMENT SYSTEI Console CIng Supplies Hard Drive /RAM Upgrade Monitor Arm Romberg KVM Switch- Romberg Monitor Arm Romberg VERIZON WIRELESS CITY BLACKBERRY BILL WASHINGTON (DES/TBS), STATE OF RADIO TELECOMMUNICATION A WORKSAFE SERVICE, INC ADVANCED TRAVEL CAPTAIN T'S CENTURYLINK CENTURYLINK -QWEST CLINICARE OF PORT ANGELES INC King County Finance NEW WORLD SYSTEMS City of Port Angeles City Council Expenditure Report From: 2/9/2013 To: 2/22/2013 Page 15 Account Number 103 -1511- 558.42 -10 103- 1511- 558.49 -01 103- 1511- 558.42 -10 Division Total: Department Total: Fund Total: 107- 0000 237.00 -00 107- 0000 237.00 -00 107- 0000 237.00 -00 107- 0000 237.00 -00 Division Total: Department Total: 107- 5160- 528.41 -50 107- 5160- 528.43 -10 107- 5160- 528.43 -11 107- 5160- 528.43 -11 107- 5160- 528.43 -11 107- 5160- 528.43 -11 107- 5160- 528.20 -80 107- 5160- 528.20 -80 107- 5160- 528.42 -11 107- 5160- 528.42 -11 107- 5160- 528.42 -11 107- 5160- 528.42 -10 107- 5160- 528.42 -10 107- 5160- 528.42 -10 107- 5160- 528.42 -10 107- 5160- 528.42 -10 107- 5160- 528.42 -10 107- 5160- 528.42 -11 107 5160 528.41 -50 107- 5160- 528.41 -50 107 -5160- 528.43 -10 107- 5160- 528.48 -10 107- 5160- 528.48 -10 107- 5160- 528.31 -01 107- 5160- 528.31 -60 107- 5160- 528.35 -01 107- 5160- 528.35 -01 107 5160 -528 35 -01 107- 5160- 528.42 -10 107- 5160- 528.42 -10 Date 2/27/2013 Invoice Amount 0.11 400.00 27.38 $427.80 $427.80 $427.80 -20.41 -3.19 -20.41 -11.22 $55.23 $55.23 156.00 73.35 302.97 917.02 479.06 917.21 267.64 202.06 81.78 160.22 99.59 3.23 3.23 3.23 3.23 3.71 5.68 1,067.42 67.00 67.00 60.00 172,742.99 51,558.30 145.22 144.84 263.39 41.17 263.39 164 28 80.26 E -18 Vendor Pencom LINDBERG SMITH ARCHITECTS INC Public Safety Projects EXELTECH CONSULTING INC Capital Projects -Pub Wks VANIR CONSTRUCTION MGMT, INC Capital Projects -Pub Wks US BANK CORPORATE PAYMENT SYSTEIGateway /Krei Settmnt Capital Projects -Pub Wks ANGELES CONCRETE PRODUCTS THURMAN SUPPLY Capital Proj -Parks Rec GENERAL PACIFIC INC HUGHES UTILITIES LTD INVARION, INC MCMASTER -CARR SUPPLY CO ALTISOURCE SOLUTIONS INC BREWER, KELSI M CLARK, AUTUMN M ELLEN PAYTON, ELIZABETH GOLDBURY, DONNA B GREENE, FARRAN KUSHMAN, HELEN E SALAZAR, MELANIE SIMONS JR, NORMAN H THOMAS, JESSE R WALDRON, HEATHER M WATTS, GEOFFREY WESCO DISTRIBUTION INC Description City of Port Angeles City Council Expenditure Report From: 2/9/2013 To: 2/22/2013 Pencom Pencom Pencom Fund BUILDING MAINT &REPAIR SER Homeland Security Public Safety Projects CONSULTING SERVICES GF Street Projects CONSULTING SERVICES ST- Sidewalk Improvement ST -Multi -Modal Transp Ctr Capital Projects -Pub Wks SEED,SOD,SOIL &INOCULANT PIPE FITTINGS Misc Parks Projects Capital Proj -Parks Rec Capital Improvement ELECTRICAL EQUIP SUPPLY ELECTRICAL EQUIP SUPPLY FASTENERS, FASTENING DEVS ELECTRICAL EQUIP SUPPLY ELECTRICAL CABLES WIRES MEMBERSHIPS Saw Blade ELECTRICAL EQUIP SUPPLY ELECTRICAL EQUIP SUPPLY ELECTRICAL EQUIP SUPPLY FINAL REFUND -1811 W 12TH FINAL BILL REFUND FINAL BILL REFUND FINAL BILL REFUND FINAL BILL REFUND FINAL BILL REFUND FINAL BILL REFUND UTILITY DEPOSIT REFUND UTILITY DEPOSIT REFUND FINAL BILL REFUND FINAL BILL REFUND FINAL BILL REFUND FINAL BILL REFUND FASTENERS, FASTENING DEVS Page 16 Account Number Division Total: Department Total: Fund Total: 310- 5950 594.64 -10 Division Total: Department Total: 310- 7930 595.65 -10 Division Total: 310- 7961- 595.65 -10 Division Total: 310- 7965- 595.43 -10 Division Total: Department Total: 310- 8985 594.65 -10 310- 8985 594.65 -10 Division Total: Department Total: Fund Total: 401 0000 141.44 -00 401 0000 141.41 -00 401 0000 141.41 -00 401 0000 141.41 -00 401 0000 141.42 -00 401 0000 237.00 -00 401 0000 237.00 -00 401 0000 237.00 -00 401 0000 237.00 -00 401 0000 -237 00 -00 401 0000 122.10 -99 401 0000 122.10 -99 401 0000 122.10 -99 401 0000 122.10 -99 401 0000 122.10 -99 401 0000 122.10 -99 401 0000 122.10 -99 401 0000 122.10 -99 401 0000 122.10 -99 401 0000 122.10 -99 401 0000 122.10 -99 401 0000 122.10 -99 401 0000 122.10 -99 401 0000 141.41 -00 Date 2/27/2013 Invoice Amount $230,344.47 $230,344.47 $230,289.24 7,455.00 $7,455.00 $7,455.00 40,874.73 $40,874.73 31,881.82 $31,881.82 264.42 $264.42 $73,020.97 56.91 100.03 $156.94 $156.94 $80,632.91 6,280.70 1,320.53 137.13 386.99 2,245A8 -63.00 6.63 -2.24 -6.58 -19.85 224.36 3.36 29.33 12.97 192.37 70 60 20.41 62.50 62.50 97.21 26.54 109.43 60.07 189.16 E -19 Vendor WESCO DISTRIBUTION INC CENTURYLINK -QWEST VERIZON WIRELESS WASHINGTON (DES/TBS), STATE OF Public Works- Electric ADVANCED TRAVEL CENTURYLINK -QWEST DAILY JOURNAL OF COMMERCE FOSTER PEPPER PLLC US BANK CORPORATE PAYMENT SYSTEI Deputy Dir Ad -Gates WASHINGTON (DES/TBS), STATE OF Public Works- Electric ANGELES CONCRETE PRODUCTS ASPLUNDH TREE EXPERT CO CED /CONSOLIDATED ELEC DIST INC CENTURYLINK -QWEST HUGHES UTILITIES LTD City of Port Angeles City Council Expenditure Report From: 2/9/2013 To: 2/22/2013 Description ELECTRICAL EQUIP SUPPLY ELECTRICAL EQUIP SUPPLY 02 -05 A/C 36045298828118 02 -05 NC 3604529887652B 02 -05 A/C 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV 02 -05 NC 3604523712585B 01 -22 a/c 571136182 -00001 RADIO TELECOMMUNICATION Engineering- Electric WPAG -Lusk BPA TI Prsntn -Lusk 02 -05 NC 36045298828118 02 -05 A/C 3604529887652B 02 -05 NC 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV 02 -05 NC 3604523712585B COMMUNICATIONS /MEDIA SERV NIPPON POWER SALES RADIO TELECOMMUNICATION Power Systems CONSTRUCTION SERVICES,GEN ROADSIDE,GRNDS,REC, PARK ROADSIDE,GRNDS,REC, PARK ROADSIDE,GRNDS,REC, PARK ROADSIDE,GRNDS,REC, PARK ELECTRICAL EQUIP SUPPLY FASTENERS, FASTENING DEVS 02 -05 NC 3604529882811 B 02 -05 A/C 3604529887652B 02 -05 NC 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV 02 -05 NC 3604523712585B 02 -02 a/c 206Z020411942B ELECTRICAL EQUIP SUPPLY ELECTRICAL EQUIP SUPPLY Page 17 Account Number 401 0000 141.41 -00 401 0000 141.41 -00 Division Total: Department Total: 401 7111- 533.42 -10 401 7111- 533.42 -10 401 7111- 533.42 -10 401 7111- 533.42 -10 401 -7111- 533.42 -10 401 7111- 533.42 -10 401 7111- 533.42 -10 401 7111- 533.42 -10 Division Total: 401 7120- 533.43 -10 401 7120- 533.43 -10 401 7120- 533.42 -10 401 7120- 533.42 -10 401 7120- 533.42 -10 401 7120- 533.42 -10 401 7120- 533.42 -10 401 7120- 533.42 -10 401 7120- 533.44 -10 401 7120 533.41 -50 401 7120- 533.44 -10 401 7120- 533.42 -10 Division Total: 401 7180- 533.34 -02 401 7180- 533.48 -10 401 7180- 533.48 -10 401 7180- 533.48 -10 401 7180- 533.48 -10 401- 7180- 533.34 -02 401 7180- 533.34 -02 401 7180- 533.42 -10 401 7180- 533.42 -10 401 7180- 533.42 -10 401 7180- 533.42 -10 401 7180- 533.42 -10 401 7180- 533.42 -10 401 7180- 533.42 -10 401 7180- 533.34 -02 401 7180- 533.34 -02 Date 2/27/2013 Invoice Amount 324 12 646.06 $12,416.48 $12,416.48 0.36 0.36 0.36 0.36 0.41 0.63 53.98 0.17 $56.63 83.45 384.09 0.36 0.36 0.36 0.36 0.41 0.63 353.40 204.00 472.50 22 21 $1,522.13 341.46 6,886.20 15, 793.00 5,601.80 6,781.60 398.55 2.32 2.87 2.87 2.87 2.87 3.30 5.05 96.69 379.40 3,030.77 E -20 Vendor INVARION, INC MASON COUNTY PUD #3 MCMASTER -CARR SUPPLY CO Brent Robinson George Drake Jim Shay Logan Deane Mike Smith Vern Daugaard OAK HARBOR FREIGHT LINES INC OLYMPIC LAUNDRY DRY CLEANERS OLYMPIC PARTY CUSTODIAL SUPPLIEEOFFICE SUPPLIES, GENERAL PACIFIC OFFICE EQUIPMENT INC RENTAL OR LEASE SERVICES RENTAL OR LEASE SERVICES PUD #1 OF CLALLAM COUNTY GLASS RD SEATTLE NUT BOLT, LLC FASTENERS, FASTENING DEVS SECURITY SERVICE NW, INC COMMUNICATIONS /MEDIA SERV SOUND PUBLISHING INC COMMUNICATIONS /MEDIA SERV PUBLICATION /AUDIOVISUAL SWAIN'S GENERAL STORE INC ELECTRICAL EQUIP SUPPLY ELECTRICAL EQUIP SUPPLY US BANK CORPORATE PAYMENT SYSTEI Mop /Broom Holders- Trainor Post Binder Dvdrs- Trainor UTILITIES UNDERGROUND LOC CTR MISCELLANEOUS SERVICES VERIZON WIRELESS WASHINGTON (DES/TBS), STATE OF WESCO DISTRIBUTION INC WESTERN SYSTEMS, INC Public Works- Electric ADVANCED TRAVEL ALL WEATHER HEATING COOLING AMERICAN BACKFLOW PREVENT ASSN AZTECA SYSTEMS, INC CENTURYLINK -QWEST City of Port Angeles City Council Expenditure Report From: 2/9/2013 To: 2/22/2013 Description MEMBERSHIPS EDUCATIONAL SERVICES ELECTRICAL EQUIP SUPPLY ELECTRICAL EQUIP SUPPLY ELECTRICAL EQUIP SUPPLY Saw Blade MEAL REIMBURSEMENT MEAL REIMBURSEMENT MEAL REIMBURSEMENT MEAL REIMBURSEMENT MEAL REIMBURSEMENT MEAL REIMBURSEMENT SHIPPING AND HANDLING LAUNDRY /DRY CLEANING SERV 01 -28 a/c 271138138 -00003 01 -22 a/c 571136182 -00002 RADIO TELECOMMUNICATION ELECTRICAL EQUIP SUPPLY ELECTRICAL EQUIP SUPPLY ELECTRICAL EQUIP SUPPLY EQUIP MAINT REPAIR SERV Electric Operations Public Works Electric Electric Utility Fund Flouride Hearing -Bloor PW CONSTRUCTION RELATED MEMBERSHIPS CITY WORKS -CMMS 02 -05 A/C 3604529882811B Page 18 Account Number 401 7180- 533.48 -02 401 7180 533.41 -50 401 7180 533.34 -02 401 7180- 533.34 -02 401 7180 533.34 -02 401 7180- 533.35 -01 401 7180 533.31 -01 401 7180 533.31 -01 401 7180 533.31 -01 401 7180 533.31 -01 401- 7180 533.31 -01 401 7180 533.31 -01 401 7180- 533.43 -10 401 7180- 533.41 -50 401 7180 -533 34 -02 401- 7180- 533.45 -31 401 7180 533.45 -31 401 7180 533.41 -50 401 -7180- 533.34 -02 401 -7180- 533.41 -50 401 -7180- 533.44 -10 401 7180 -533 44 -10 401 7180 533.34 -02 401 7180- 533.34 -02 401 7180 533.31 -01 401 7180 533.31 -01 401 -7180- 533.49 -90 401 7180- 533.42 -10 401 7180- 533.42 -10 401 -7180- 533.42 -10 401 7180 533.34 -02 401 7180 533.34 -02 401 7180 -533 34 -02 401 7180 533.34 -02 Division Total: Department Total: Fund Total: 402 7380 534.43 -10 402 7380 534.48 -10 402 7380 534.49 -01 402 7380 534.48 -02 402 7380 534.42 -10 Date 2/27/2013 Invoice Amount 438.00 3,780.21 28.91 256.08 84.87 -85.48 30.50 30.50 30.50 30.50 30.50 30.50 680.48 74.76 15.09 50.06 43.09 191.51 323.01 650.00 192.76 61.09 129.38 7.01 59.39 26.31 26.43 60.32 364 99 6.60 414.30 529.66 444.33 12,295 02 $60,662.80 $62,241.56 $74,658.04 15.25 107.32 60.00 27,100.00 1.07 E -21 Vendor CENTURYLINK -QWEST DRY CREEK WATER ASSN, INC FASTENAL INDUSTRIAL FOSTER PEPPER PLLC INVARION, INC Northwest WA Subsection PUD #1 OF CLALLAM COUNTY SHARP ELECTRONICS CORP SUNSET DO -IT BEST HARDWARE SWAIN'S GENERAL STORE INC TECHNICAL SYSTEMS, INC TWISS ANALYTICAL LABORATORIES USA BLUEBOOK UTILITIES UNDERGROUND LOC CTR VERIZON WIRELESS WASHINGTON (DES/TBS), STATE OF WHISTLE WORKWEAR Public Works -Water City of Port Angeles City Council Expenditure Report From: 2/9/2013 To: 2/22/2013 Description Account Number 02 -05 A/C 3604529887652B 402 7380 534.42 -10 02 -05 A/C 3604523877817B 402 7380 534.42 -10 COMMUNICATIONS /MEDIA SERV 402 7380 534.42 -10 COMMUNICATIONS /MEDIA SERV 402 7380 534.42 -10 02 -05 A/C 3604523712585B 402 7380 534.42 -10 01 -23 a/c 206T411255315B 402 7380 534.42 -10 02 -05 a/c 3604525230978B 402- 7380 534.42 -10 MISC PROFESSIONAL SERVICE 402 7380 534.33 -10 MISC PROFESSIONAL SERVICE 402 7380 534.33 -10 HAND TOOLS ,POW &NON POWER402- 7380 534.31 -20 FLUORIDE APPEAL 402 7380 534.41 -50 MEMBERSHIPS 402- 7380 534.48 -02 FUNDAMENTALS ASSET MANAGE 402-7380-534 43 -10 Crown Z Water Rd RENTAL/LEASE EQUIPMENT FIRST AID SAFETY EQUIP FIRST AID SAFETY EQUIP FIRST AID SAFETY EQUIP. HAND TOOLS ,POW &NON POWER402- 7380 534.31 -20 SUPPLIES 402 7380 534.31 -20 PAINTING EQUIPMENT ACC 402 7380 534.31 -20 GASES CONT.EQUIP:LAB,WELD 402 7380 534.31 -20 FASTENERS, FASTENING DEVS 402 7380 534.31 -20 PIPE FITTINGS 402 7380 534.31 -20 MATERIAL HNDLING &STOR EQP 402 7380 534.35 -01 SHOES AND BOOTS 402 7380 534.31 -01 SHOES AND BOOTS 402- 7380 534.31 -01 SHOES AND BOOTS 402 7380 534.31 -01 DATA PROC SERV &SOFTWARE 402 7380 534.48 -10 TESTING &CALIBRATION SERVI 402 7380 534.41 -50 TESTING &CALIBRATION SERVI 402 7380 534.41 -50 PIPE FITTINGS 402 7380 534.31 -20 MISCELLANEOUS SERVICES 402 7380 534.49 -90 01 -28 a/c 271138138 -00005 402 7380 534.42 -10 RADIO TELECOMMUNICATION 402 7380 534.42 -10 FIRST AID SAFETY EQUIP 402 7380 534.31 -01 Water Division Total: Public Works -Water Department Total: Water Fund Fund Total: PUMPS ACCESSORIES 403 0000 237.00 -00 403 0000 237.00 -00 403 0000 237.00 -00 PENN VALLEY PUMP CO INC US BANK CORPORATE PAYMENT SYSTEI Projector Ceiling Mount WARNER PLASTICS LINERS, INC FASTENERS, FASTENING DEVS Page 19 402 7380 534.47 -10 402 7380 534.45 -31 402 7380 534.31 -01 402 7380 534.31 -01 402 7380 534.31 -01 Date 2/27/2013 Invoice Amount 1.07 1.07 1.07 1.24 1.89 64.59 130.59 939.21 639.52 30.15 6,166.52 375.00 250.00 27.01 86.67 14.63 43.87 73.12 65.28 131.39 61.13 16.57 61.82 25.35 16.57 138.64 138.64 150.00 390.24 215.00 215.00 415.32 26.43 113.29 14.45 170.97 $38,496.95 $38,496.95 $38,496.95 137.76 -15.78 -83.75 E -22 Vendor ADS, LLC CENTURYLINK -QWEST EDGE ANALYTICAL FASTENAL INDUSTRIAL FERRELLGAS INC NEBC NAPA AUTO PARTS OLYMPIC PARTY CUSTODIAL SUPPLIE OLYMPIC STATIONERS INC PACIFIC OFFICE EQUIPMENT INC PENN VALLEY PUMP CO INC PETTIT OIL COMPANY PORT ANGELES POWER EQUIPMENT PUD #1 OF CLALLAM COUNTY SWAIN'S GENERAL STORE INC THURMAN SUPPLY UTILITIES UNDERGROUND LOC CTR VERIZON WIRELESS WARNER PLASTICS LINERS, INC WASHINGTON (DES/TBS), STATE OF Public Works- WW /Stormw CENTURYLINK -QWEST Description US BANK CORPORATE PAYMENT SYSTEI Projector Ceiling Mount City of Port Angeles City Council Expenditure Report From: 2/9/2013 To: 2/22/2013 CONSULTING SERVICES CONSULTING SERVICES 02 -05 A/C 36045298828118 02 -05 NC 3604529887652B 02 -05 NC 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV 02 -05 A/C 3604523712585B TESTING &CALIBRATION SERVI FIRST AID SAFETY EQUIP. FUEL,OIL,GREASE, LUBES REGISTRATION FEE CLEANING COMPOSITION /SOLV :PAPER PLASTIC DISPOSABL SUPPLIES OFFICE MACHINES ACCESS OFFICE MACHINES ACCESS PUMPS ACCESSORIES FUEL,OIL,GREASE, LUBES FUEL,OIL,GREASE, LUBES MACHINERY HEAVY HRDWARE 403 7480 535.31 -20 Masters Rd SUPPLIES CHEMICAL LAB EQUIP SUPP TAPE(NOT DP,SOUND,VIDEO) CHEMICAL LAB EQUIP SUPP HAND TOOLS ,POW &NON POWER403- 7480 535.35 -01 PIPE FITTINGS 403 7480 535.31 -20 ENVIRONMENTAL &ECOLOGICAL 01 -28 a/c 271138138 -00006 01 -22 a/c 571136182-00004 FASTENERS, FASTENING DEVS SHIPPING AND HANDLING RADIO TELECOMMUNICATION Wastewater Public Works- WW /Stormwtr Wastewater Fund 02 -05 A/C 3604529882811B 02 -05 NC 3604529887652B Page 20 Account Number Division Total: Department Total: 403 7480 535.41 -50 403 7480 535.41 -50 403 7480 535.42 -10 403 7480 535.42 -10 403 7480 535.42 -10 403 7480 535.42 -10 403 7480 535.42 -10 403 7480 535.42 -10 403 7480 535.41 -50 403 7480 535.31 -20 403 7480 535.45 -30 403 7480 535.43 -10 403 7480 535.31 -01 403 7480 535.31 -01 403 7480 535.31 -01 403 7480 535.45 -31 403 7480 535.45 -31 403 7480 535.31 -20 403 7480 535.32 -11 403 7480 535.32 -11 403 7480 535.47 -10 403 7480 535.31 -01 403 7480 535.31 -01 403 7480 535.31 -01 403 7480 535.31 -01 403 7480 594.64 -10 403 7480 -535 49 -90 403 7480 535.42 -10 403 7480 535.42 -10 403 7480 535.31 -20 403 7480 535.42 -10 403 7480 535.42 -10 Division Total: Department Total: Fund Total: 404 7580 537.42 -10 404 7580 537.42 -10 Date 2/27/2013 Invoice Amount $237.29 $237.29 2,916.35 1,400.80 0.96 0.96 0.96 0.96 1.10 1.68 253.00 322.22 37.94 175.00 37.59 51.03 63.40 30.09 104.18 1,777.76 1,632.91 2,632.93 81.25 440.70 16.85 17.60 57.13 8.11 22.31 29.03 203.61 26.42 57.06 75.66 913.75 167.00 13.79 $13,572.09 $13,572.09 $13,334.80 0.48 0.48 E 23 Vendor CENTURYLINK -QWEST SOUND PUBLISHING INC WASHINGTON (DES/TBS), STATE OF Public Works -Solid Waste CENTURYLINK -QWEST HOLCOMB COMPANY, D MIDWEST LABORATORIES INC Soroptimist Garden Show SHARP ELECTRONICS CORP WASHINGTON DES/TBS), STATE OF Public Works -Solid Waste City of Port Angeles City Council Expenditure Report From: 2/9/2013 To: 2/22/2013 Description Account Number 02 -05 NC 3604523877817B 404 7580 -537 42 -10 COMMUNICATIONS /MEDIA SERV 404- 7580 -537 42 -10 COMMUNICATIONS /MEDIA SERV 404- 7580 537.42 -10 02 -05 NC 3604523712585B 404 7580 537.42 -10 COMMUNICATIONS /MEDIA SERV 404 7580 537.44 -10 RADIO TELECOMMUNICATION 404 7580 537.42 -10 Solid Waste Collections Division Total: Public Works -Solid Waste Department Total: Solid Waste- Collections Fund Total: 02 -05 NC 36045298828118 02 -05 NC 3604529887652B 02 -05 A/C 3604523877817B 405 7538 537.42 -10 405 7538 537.42 -10 405 7538 537.42 -10 COMMUNICATIONS /MEDIA SERV 405 7538 537.42 -10 COMMUNICATIONS /MEDIA SERV 405- 7538 537.42 -10 02 -05 A/C 3604523712585B 405 7538 537.42 -10 ROAD /HWY MAT NONASPHALTIC 405 7538 537.49 -90 TESTING &CALIBRATION SERVI 405 7538 537.41 -50 GARDEN SHOW APP -BULK COMP 405 7538 537.44 -10 RENTAULEASE EQUIPMENT 405 7538 537.45 -31 RADIO TELECOMMUNICATION 405 7538 537.42 -10 SW Transfer Station Division Total: Public Works -Solid Waste Solid Waste LF/Trf Stn US BANK CORPORATE PAYMENT SYSTEI Electric Battery Rebuild- Page 21 Department Total: Fund Total: 406 0000 237.00 -00 Division Total: Department Total: ADVANCED TRAVEL WS Stmwtr Mgr Mtg- Boehme 406 7412 538.43 -10 CENTURYLINK -QWEST 02 -05 A/C 3604529882811B 406 -7412- 538.42 -10 02 -05 A/C 3604529887652B 406 7412 538.42 -10 02 -05 NC 3604523877817B 406 7412 538.42 -10 COMMUNICATIONS /MEDIA SERV 406- 7412 538.42 -10 COMMUNICATIONS /MEDIA SERV 406 7412 -538 42 -10 02 -05 NC 3604523712585B 406 7412 538.42 -10 US BANK CORPORATE PAYMENT SYSTEI Electronic Level -Wray 406- 7412 -538 35 -01 Electric Battery Rebuild- 406 -7412- 538.48 -10 UTILITIES UNDERGROUND LOC CTR MISCELLANEOUS SERVICES 406- 7412- 538.49 -90 VERIZON WIRELESS 01 -22 a/c 571136182 -00001 406 7412 538.42 -10 WASHINGTON (DES/TBS), STATE OF RADIO TELECOMMUNICATION 406 7412 538.42 -10 Public Works- WW /Stormw Stormwater Division Total: Public Works -WW /Stormwtr Department Total: Stormwater Fund Fund Total: Invoice Amount 0.48 0.48 0.55 0.84 92.00 4.54 $99.85 $99.85 $99.85 0.48 0.48 0.48 0.48 0.55 0 84 762.98 215.00 125.00 86.67 2.72 $1,195.68 $1,195.68 $1,195.68 -12.37 $12.37 $12.37 80.32 0.24 0.24 0.24 0.24 0.27 0.42 172.36 159.69 26.42 19.31 6.77 $466.52 $466.52 $454.15 E -24 Date 2/27/2013 Vendor BLUMENTHAL UNIFORMS EQUIP CENTURYLINK -QWEST CLALLAM CNTY FIRE DISTRICT 2 GE HEALTHCARE SERVICES Joseph R Maierle MOROZ, JAMES NATIONAL SAFETY COUNCIL OLYMPIC OXYGEN SYSTEMS DESIGN WEST, LLC WASHINGTON DES/TBS), STATE OF Fire Department ADVANCED TRAVEL PLP Group -Bloor US BANK CORPORATE PAYMENT SYSTEI Gas /Meals Harbor Issue Public Works- WW /Stormw AIR FLO HEATING COMPANY INC ALL WEATHER HEATING COOLING AM CONSERVATION GROUP, INC CENTURYLINK -QWEST DAVE'S HEATING COOLING SVC WASHINGTON (DES/TBS), STATE OF Public Works- Electric PUD #1 OF CLALLAM COUNTY UNITED PARCEL SERVICE City of Port Angeles City Council Expenditure Report From: 2/9/2013 To: 2/22/2013 Description CLOTHING APPAREL CLOTHING APPAREL 02 -05 NC 36045298828118 02 -05 NC 3604529887652B 02 -05 A/C 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV 02 -05 NC 36045237125858 AWARDS ENGINEERING SERVICES OVERPAYMENT MEDIC I EDUCATIONAL SERVICES RENEWAL FOR DUKE MOROZ STEAM HOT WATER BOILERS FINANCIAL SERVICES RADIO TELECOMMUNICATION Medic I Fire Department Medic I Utility Wastewater Remediation Public Works -WW /Stormwtr Harbor Clean Up CITY REBATE CITY REBATE CITY REBATE COMMUNICATIONS /MEDIA SERV 02 -05 NC 36045298828118 02 -05 A/C 3604529887652B 02 -05 A/C 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV 02 -05 A/C 3604523712585B CITY REBATE CITY REBATE RADIO TELECOMMUNICATION Conservation Public Works- Electric Conservation Power Supply -1 Unmtr Shipping Chgs Page 22 Account Number 409 6025 -526 20 -80 409 6025 526.20 -80 409 6025 526.42 -10 409 6025 526.42 -10 409 6025 -526 42 -10 409 6025 526.42 -10 409 6025 526.42 -10 409 -6025- 526.42 -10 409 -6025- 526.31 -01 409 6025 526.41 -50 409 6025 342.60 -20 409 6025 526.31 -08 409 6025 526.31 -08 409 -6025- 526.31 -13 409 6025 526.41 -50 409 6025 526.42 -10 Division Total: Department Total: Fund Total: 413- 7481 535.43 -10 413- 7481 535.43 -10 Division Total: Department Total: Fund Total: 421 7121- 533.49 -86 421 7121- 533.49 -86 421 7121- 533.49 -86 421 7121- 533.44 -10 421 7121- 533.42 -10 421- 7121- 533.42 -10 421 7121- 533.42 -10 421 7121- 533.42 -10 421 -7121- 533.42 -10 421 7121- 533.42 -10 421 7121- 533.49 -86 421 7121- 533.49 -86 421 -7121- 533.42 -10 Division Total: Department Total: Fund Total: 431 7130 -538 47 -10 431 7130- 538.42 -10 Date 2/27/2013 Invoice Amount 164 71 300.05 1.43 1.43 1.43 1.43 1.65 2.52 94.83 80.76 100 00 200.00 80.00 41.05 3,194.10 0.33 $4,265.72 $4,265.72 $4,265.72 46.50 64.95 $111.45 $111.45 $111.45 1,000.00 1,500.00 1,000.00 517.07 0.24 0.24 0.24 0.24 0.27 0.42 1,500.00 1,500.00 4.46 $7,023.18 $7,023.18 $7,023.18 23.31 E g1 Vendor Public Works- Electric City of Port Angeles City Council Expenditure Report From: 2/9/2013 To: 2/22/2013 Description Account Number Telecommunications Division Total: Public Works- Electric Department Total: Telecommunications Fund Fund Total: CAPACITY PROVISIONING INC RADIO TELECOMMUNICATION 451 7188 -594 65 -10 Public Works- Electric Electric Projects Division Total: Public Works- Electric Department Total: Electric Utility CIP Fund Total: PRIMO CONSTRUCTION INC PW CONSTRUCTION RELATED 452 7388 594.65 -10 SOUND COMMUNITY BANK PW CONSTRUCTION RELATED 452 7388 594.65 -10 Public Works -Water Water Projects Division Total: Public Works -Water Department Total: Water Utility CIP Fund Total: FARALLON CONSULTING, LLC ENGINEERING SERVICES 453- 7488 594.41 -50 Public Works -WW /Stormw Wastewater Projects Division Total: Public Works -WW /Stormwtr Department Total: WasteWater Utility CIP Fund Total: LOWER ELWHA KLALLAM TRIBE (TEQ) CONSULTING SERVICES 463- 7489 594.65 -10 MOSS ADAMS, LLP DEPT OF REVENUE RULING 463- 7489 594.41 -50 VANIR CONSTRUCTION MGMT, INC CONSULTING SERVICES 463- 7489 594.65 -10 Public Works -WW /Stormw CSO Capital Division Total: Public Works -WW /Stormwtr Department Total: CSO Capital Fund Fund Total: BAXTER AUTO PARTS #15 AUTO TRUCK MAINT. ITEMS 501 0000 141.40 -00 AUTO TRUCK MAINT. ITEMS 501 0000 -141 40 -00 FIRST RACE CAR WASH EXTERNAL LABOR SERVICES 501 0000 141.40 -00 KAMAN INDUSTRIAL TECHNOLOGIES AUTO TRUCK MAINT. ITEMS 501- 0000 141.40 -00 MCMASTER -CARR SUPPLY CO FURNITURE, OFFICE 501 -0000- 237.00 -00 AUTO TRUCK MAINT. ITEMS 501 0000 237.00 -00 NAPA AUTO PARTS AUTO TRUCK MAINT. ITEMS 501 0000 141.40 -00 BELTS AND BELTING 501- 0000 141.40 -00 AUTO TRUCK MAINT. ITEMS 501 0000 141.40 -00 AUTO TRUCK MAINT. ITEMS 501 0000 141.40 -00 AUTO TRUCK ACCESSORIES 501 0000 141.40 -00 AUTO TRUCK MAINT. ITEMS 501 0000 141.40 -00 NEW PIG CORPORATION JANITORIAL SUPPLIES 501 0000 141.40 -00 JANITORIAL SUPPLIES 501 0000 141.40 -00 JANITORIAL SUPPLIES 501 0000 237.00 -00 JANITORIAL SUPPLIES 501- 0000 -237 00 -00 O'REILLY AUTO PARTS AUTO TRUCK MAINT ITEMS 501 0000 141.40 -00 PETTIT OIL COMPANY FUEL,OIL,GREASE, LUBES 501 0000 141.20 -00 FUEL,OIL,GREASE, LUBES 501- 0000 141.20 -00 Page 23 Date 2/27/2013 Invoice Amount $59.22 $59.22 $59.22 3,468.80 $3,468.80 $3,468.80 $3,468.80 49,941.56 2,414.97 $52,356.53 $52,356.53 $52,356.53 9,054.98 $9,054.98 $9,054.98 $9,054.98 1,768.05 1,051.00 78,266.54 $81,085.59 $81,085.59 $81,085.59 14.89 49.57 346.27 110.78 -66.11 -17.51 9.04 77.79 19.39 38.79 6.63 45.66 111.86 353.44 -8.67 -27.39 16.24 924.94 7,635.77 E -26 Vendor SOLID WASTE SYSTEMS, INC SUNSET DO -IT BEST HARDWARE SWAIN'S GENERAL STORE INC US BANK CORPORATE PAYMENT SYSTEI Fire Ext Supplies McBride VALIN COPORATION VALLEY FREIGHTLINER INC ARAMARK CENTURYLINK -QWEST CUMMINS NORTHWEST INC EVERGREEN COLLSN /RADIATOR RPR GLASS ACTION, INC HEARTLINE HORIZON FORD J B'S UPHOLSTERY LES SCHWAB TIRE CENTER LINCOLN INDUSTRIAL CORP MATCO TOOLS MCMASTER -CARR SUPPLY CO N C MACHINERY CO NAPA AUTO PARTS OWEN EQUIPMENT PACIFIC OFFICE EQUIPMENT INC PETTIT OIL COMPANY City of Port Angeles City Council Expenditure Report From: 2/9/2013 To: 2/22/2013 Description AUTO BODIES ACCESSORIES AUTO TRUCK MAINT. ITEMS AUTO TRUCK MAINT. ITEMS AUTO TRUCK MAINT. ITEMS AUTO TRUCK ACCESSORIES LAUNDRY /DRY CLEANING SERV LAUNDRY /DRY CLEANING SERV 02 -05 A/C 3604529882811 B 02 -05 A/C 3604529887652B 02 -05 A/C 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV 02 -05 NC 3604523712585B AUTO TRUCK MAINT. ITEMS AUTO TRUCK MAINT. ITEMS RENTAL/LEASE EQUIPMENT EXTERNAL LABOR SERVICES EXTERNAL LABOR SERVICES EXTERNAL LABOR SERVICES AUTO TRUCK MAINT. ITEMS AUTO MAJOR TRANSPORTATION EXTERNAL LABOR SERVICES AUTO TRUCK MAINT. ITEMS EXTERNAL LABOR SERVICES AUTO TRUCK MAINT. ITEMS METALS,BARS,PLATES,RODS AUTO TRUCK MAINT. ITEMS FURNITURE, OFFICE AUTO TRUCK MAINT. ITEMS AUTO TRUCK MAINT. ITEMS AUTO TRUCK MAINT. ITEMS AUTO TRUCK MAINT. ITEMS BELTS AND BELTING AUTO TRUCK MAINT. ITEMS BELTS AND BELTING AUTO TRUCK MAINT ITEMS AUTO TRUCK MAINT. ITEMS PAPER (OFFICE,PRINT SHOP) FUEL,OIL,GREASE, LUBES Page 24 Account Number 501 0000 141.40 -00 501 0000 141.40 -00 501 0000 141.40 -00 501 0000 237.00 -00 501 0000 237.00 -00 501 0000 141.40 -00 Division Total: Department Total: 501 7630 548.49 -90 501 7630 548.49 -90 501 7630 548.42 -10 501 7630 548.42 -10 501 7630 548.42 -10 501 7630 548.42 -10 501 7630 548.42 -10 501 7630 548.42 -10 501 7630 548.34 -02 501 7630 548.34 -02 501 7630 548.48 -02 501 7630 548.34 -02 501 7630- 548.34 -02 501 7630 548.34 -02 501 7630- 548.34 -02 501- 7630 594.64 -10 501 7630- 548.34 -02 501- 7630 548.34 -02 501- 7630 548.34 -02 501 7630 548.34 -02 501- 7630 548.34 -02 501 7630 548.35 -01 501 7630 548.31 -01 501 7630 548.34 -02 501 7630 548.34 -02 501 7630 548.34 -02 501 7630 548.34 -02 501 7630 548.34 -02 501 7630 548.34 -02 501 7630 548.34 -02 501 7630 548.34 -02 501 7630 548.34 -02 501 7630 548.31 -01 501 7630- 548.32 -13 Date 2/27/2013 Invoice Amount 64.45 13.51 44.96 -12.52 -35.83 660.70 $10,376.65 $10,376.65 28.43 28.43 0.84 0.84 0 84 0.84 0.96 1.47 67.84 3,709.79 461.78 211.38 48.78 81.30 415.33 57,467.61 435.77 755.34 20.06 226.95 34.40 29.54 853.11 225.95 91.71 16.35 22.98 -38.73 8.57 38.73 6.82 733 12 34.46 210.44 E -27 Vendor PORT ANGELES TIRE FACTORY PRICE FORD LINCOLN PUBLIC FLEET MANAGERS ASSN QUALITY 4X4 TRUCK SUPPLY SHARP ELECTRONICS CORP SNAP -ON TOOLS CHUGGER DEANE SOLID WASTE SYSTEMS, INC SUNSET DO -IT BEST HARDWARE SWAIN'S GENERAL STORE INC THURMAN SUPPLY UNITED PARCEL SERVICE City of Port Angeles City Council Expenditure Report From: 2/9/2013 To: 2/22/2013 Description EXTERNAL LABOR SERVICES AUTO TRUCK MAINT ITEMS EXTERNAL LABOR SERVICES AUTO TRUCK MAINT. ITEMS EXTERNAL LABOR SERVICES AUTO TRUCK MAINT ITEMS EXTERNAL LABOR SERVICES AUTO TRUCK MAINT ITEMS EXTERNAL LABOR SERVICES AUTO TRUCK MAINT. ITEMS EXTERNAL LABOR SERVICES EXTERNAL LABOR SERVICES EXTERNAL LABOR SERVICES EXTERNAL LABOR SERVICES AUTO TRUCK MAINT. ITEMS MEMBERSHIPS AUTO TRUCK MAINT. ITEMS EXTERNAL LABOR SERVICES RENTAL/LEASE EQUIPMENT AUTO TRUCK MAINT. ITEMS AUTO TRUCK MAINT. ITEMS AUTO TRUCK MAINT. ITEMS AUTO TRUCK MAINT ITEMS AUTO TRUCK MAINT ITEMS AUTO TRUCK MAINT ITEMS AUTO TRUCK MAINT ITEMS AUTO TRUCK MAINT ITEMS Shipping Chgs US BANK CORPORATE PAYMENT SYSTEI Fire Ext Supplies McBride Power Jack McBride Good to Go Pass VALIN COPORATION AUTO TRUCK MAINT ITEMS VERIZON WIRELESS 01 -22 a/c 571136182 -00003 WASHINGTON (DES/TBS), STATE OF RADIO TELECOMMUNICATION WESTERN PETERBILT INC AUTO TRUCK MAINT. ITEMS Public Works -Equip Svcs Equipment Services Public Works -Equip Svcs Equipment Services US BANK CORPORATE PAYMENT SYSTEI Spare Motherboards -JM CENTURYLINK -QWEST 02 -05 NC 3604529882811 B Page 25 Account Number 501 7630 548.34 -02 501 7630 548.34 -02 501 7630 548.34 -02 501 7630 548.34 -02 501 7630 548.34 -02 501 7630 548.34 -02 501 7630 548.34 -02 501 7630- 548.34 -02 501 7630 548.34 -02 501 7630 548.34 -02 501 7630 548.34 -02 501 7630 548.34 -02 501 7630 548.34 -02 501 7630 548.34 -02 501 7630 548.34 -02 501 7630 548.49 -01 501 7630 548.34 -02 501 7630 548.34 -02 501 7630 548.45 -31 501 7630 548.35 -01 501 7630 548.35 -01 501 7630 548.34 -02 501 7630 548.34 -02 501 7630 548.34 -02 501- 7630- 548.31 -01 501 7630 548.34 -02 501 7630 548.34 -02 501 7630 548.42 -10 501 7630- 548.31 -01 501- 7630- 548.34 -02 501- 7630- 548.34 -02 501 7630 548.34 -02 501 7630- 548.42 -10 501 7630 548.42 -10 501- 7630 548.34 -02 Division Total: Department Total: Fund Total: 502 0000 237.00 -00 Division Total: Department Total: 502 2081 518.42 -10 Date 2/27/2013 Invoice Amount 20.54 22.43 294.61 223.66 252.59 16.59 85.64 22.95 85.64 145.46 127.65 20.60 40.11 29.27 8.33 120.00 354.55 304.88 86.67 56.64 89.92 589.02 20.44 9.71 36.62 5.35 4.16 10.09 161.52 241.63 60.00 462.36 25.31 5.70 475.43 $70,748.10 $70,748.10 $81,124.75 -31.07 $31.07 $31.07 1.07 E -28 Vendor CENTURYLINK -QWEST Description 02 -05 NC 3604529887652B 02 -05 NC 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV 02 -05 NC 3604523712585B DUNN, RICKY J DATA PROC SERV &SOFTWARE DATA PROC SERV &SOFTWARE ADSEC DNS REPAIR INSIGHT PUBLIC SECTOR COMPUTERS,DP WORD PROC. MICROSOFT CORPORATION COMPUTERS,DP WORD PROC. NORDISK SYSTEMS, INC DATA PROC SERV &SOFTWARE US BANK CORPORATE PAYMENT SYSTEI Motherboards -JM Thermal Heat Silicone -JM Conf Tvl- Harper WASHINGTON DES/TBS), STATE OF RADIO TELECOMMUNICATION Finance Department Information Technologies AIR FLO HEATING COMPANY INC THERMOSTAT INSTALLATION LINDBERG SMITH ARCHITECTS INC BUILDING MAINT &REPAIR SER SCHMITT'S SHEET METAL INC FNL PMNT DATA RM REPAIR Finance Department IT Capital Projects Finance Department DEPT OF LABOR INDUSTRIES Self Insurance CENTURYLINK -QWEST WASHINGTON (DES/TBS), STATE OF Economic Development CENTURYLINK -QWEST City of Port Angeles City Council Expenditure Report From: 2/9/2013 To: 2/22/2013 Information Technology 2012 4TH QTR L &I Worker's Compensation Self Insurance Self Insurance Fund 02 -05 NC 3604529882811B 02 -05 A/C 3604529887652B 02 -05 A/C 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV 02 -05 NC 3604523712585B RADIO TELECOMMUNICATION Archaeologist Economic Development Cultural Resources 02 -05 NC 36045298828118 02 -05 NC 3604529887652B 02 -05 A/C 3604523877817B COMMUNICATIONS /MEDIA SERV COMMUNICATIONS /MEDIA SERV 02 -05 A/C 3604523712585B Page 26 Account Number 502 2081 518.42 -10 502 2081 518.42 -10 502 2081 518.42 -10 502 2081 518.42 -10 502 2081 518.42 -10 502 2081 518.41 -50 502 2081 518.41 -50 502 2081 518.41 -50 502 2081 518.31 -60 502 2081 518.48 -02 502 2081 518.48 -02 502 2081 518.31 -60 502 2081 518.31 -60 502 2081 518.43 -10 502 2081 518.42 -10 Division Total: 502 2082 594.65 -10 502 2082 594.65 -10 502 2082 594.65 -10 Division Total: Department Total: Fund Total: 503 1661- 517.49 -50 Division Total: Department Total: Fund Total: 504 1512- 558.42 -10 504- 1512- 558.42 -10 504 1512 558.42 -10 504 1512- 558.42 -10 504 1512- 558.42 -10 504 1512- 558.42 -10 504 1512- 558.42 -10 Division Total: Department Total: Fund Total: 652 8630 575.42 -10 652 8630 575.42 -10 652- 8630 575.42 -10 652 8630 575.42 -10 652 8630 575.42 -10 652 8630 575.42 -10 Date 2/27/2013 Invoice Amount 1.07 1.07 1.07 1.24 1.92 4,527.24 325.20 1,300.80 5,903.01 965.11 20,077.85 400.97 24.90 388.66 19.98 $33,941.16 2,926.80 4,715.00 4,823.80 $12,465.60 $46,406.76 $46,375.69 31,779.44 $31,779.44 $31,779.44 $31,779.44 0.12 0.12 0.12 0.12 0.14 0.21 0.74 $1.57 $1.57 $1.57 0.36 0.36 0.36 0.36 0.41 0.63 E -29 Vendor CENTURYLINK -QWEST OLYMPIC STATIONERS INC PACIFIC OFFICE EQUIPMENT INC City of Port Angeles City Council Expenditure Report From: 2/9/2013 To: 2/22/2013 Description 01 -23 a/c 206T418577331B ENVELOPES, PLAIN, PRINTED OFFICE MACHINES ACCESS OFFICE MACHINES ACCESS Esther Webster /Fine Arts Esther Webster /Fine Arts Esther Webster /Fine Arts Esther Webster Fund AFLAC AFLAC SUPP INSURANCE AFSCME LOCAL 1619 PAYROLL SUMMARY PAYROLL SUMMARY DIMARTINO/WSCFF DISABILITY PAYROLL SUMMARY FIREFIGHTER'S LOCAL 656 PAYROLL SUMMARY GUARANTEED EDUCATION TUITION PAYROLL SUMMARY IBEW LOCAL 997 PAYROLL SUMMARY LEOFF P/R Deductions pe 02 -15 OFFICE OF SUPPORT ENFORCEMENT P/R Deductions pe 02 -03 P/R Deductions pe 02 -03 PERS P/R Deductions pe 02 -15 P/R Deductions pe 02 -15 P/R Deductions pe 02 -15 POLICE ASSOCIATION PAYROLL SUMMARY UNITED WAY (PAYROLL) PAYROLL SUMMARY WSCCCE AFSCME AFL -CIO PAYROLL SUMMARY Payroll Clearing Totals for check period From: 2/9/2013 To: 2/22/2013 Page 27 Account Number 652- 8630- 575.42 -10 652 8630 575.31 -01 652 8630 575.45 -31 652 8630 575.45 -31 Division Total: Department Total: Fund Total: 920 0000 -231 53 -10 920 0000 231.54 -40 920 0000 -231 54 -40 920 0000 231.53 -40 920 0000 -231 54 -30 920 0000 231.56 -95 920 0000 231.54 -20 920 0000 231.51 -21 920 0000 231.56 -20 920 0000 231.56 -20 920 0000 231.51 -10 920 0000 231.51 -11 920 0000 231.51 -12 920 0000 231.55 -10 920 0000 231.56 -10 920 0000 231.54 -40 Division Total: Department Total: Fund Total: Date 2/27/2013 Invoice Amount 57.46 70.60 8.13 7.79 $146.46 $146.46 $146.46 1,374.60 91.00 182.00 1,375.39 1,701.00 263.50 1,266.46 23,656.24 670.09 169.85 1,670.65 10,569.59 38,812.85 440.00 598.46 3,955.22 $86,796.90 $86,796.90 $86,796.90 $962,843.28 E -30 PORT a NGELES W A S H I N G T O N U.S.A. CITY COUNCIL MEMO DATE: MARCH 5, 2013 To: CITY COUNCIL FROM: COREY DELIKAT, PARKS RECREATION DIRECTOR SUBJECT: STREET BANNER SERVICES CONTRACT ASM SIGNS PK -13 -011 Summary: The Parks Recreation Department rents promotional banner space in three different locations along Front First Street. The City has been using ASM signs for street banner removal and installation since 2005 with excellent results. This contract shall be awarded for one year, with the option to renew for each of the next two years at the same amount. The base year bid did not increase from 2012 and the prices will remain the same for 2013 -2015. Recommendation: 1) Approve and authorize the City Manager to sign a contract with ASM Signs for promotional banner installation and removal in an amount not to exceed $11,000, and to make minor modifications to the agreement, if necessary, and 2) authorize the Parks and Recreation Director to exercise the option to renew the contract in the same "not to exceed amount" for 2014 and 2015. Background Analysis: The Parks Recreation Department rents promotional banner space in three different areas along Front and First Street. The 2013 budget includes $11,000 for banner installation. Bids were solicited from all sign companies on the Small Works Roster. Only ASM Signs of Port Angeles, WA responded with a bid. This was not unexpected because of the limited number of bucket trucks owned in the area. Parks Maintenance does have a bucket truck, but a contractor can do the work for half the cost. The City has been using ASM Signs since 2005 and has had excellent results. This contract will allow the City to keep the same costs that we used in 2012 for the next three years. It is recommended that Council 1) approve and authorize the City Manager to sign a contract with ASM Signs for promotional banner installation and removal in an amount not to exceed $11,000 and to make minor modifications to the agreement, if necessary, and 2) authorize the Parks and Recreation Director to exercise the option to renew the contract in the same not to exceed amount for 2014 and 2015. E -31 1W h Project PK -13 -011 City of Port Angeles Public Works Utilities Dept Operations Office 1703 South B Street Port Angeles WA 98362 Tel 360 -417 -4541 Fax: 360-452-4972 LIMITED PUBLIC WORKS PROCESS Contract Title: Installation Removal of Promotional Banners Request for Quotation Contract THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON "CITY AND ASM SIGNS "CONTRACTOR 1. WORK BY CONTRACTOR The Contractor shall perform the work as described in Attachment "A" (Attachment "A" may include Contractor's Proposal, Scope of Work, Statement of Work, Plans, Specifications, and any other related Contract Documents) which is attached hereto and by this reference is incorporated herein. 2. TERM OF CONTRACT All work under this Contract is to be completed as indicated (check one): All work under this Contract is to be completed by this date: All work under this Contract is to be completed _days from the Notice to Proceed. No work is to be performed prior to written Notice to Proceed by the City. The performance period under this Contract commences March 20. 2013 after notice to proceed and ends Feb. 20. 2013 3. PAYMENT A. The City shall pay the Contractor for the work performed under this contract (check one): Force Account Time and material, not to exceed: Force Account Time and actual expenses incurred, not to exceed: Force Account Unit prices set forth in the Contractor's bid or quote, not to exceed: $10.000 Firm Fixed Price set forth in Contractor bid or quote in the amount of: The Contractor shall do all work and furnish all tools and equipment, in accordance with and as described in the Attachment "A Project Number: PK -13 -011 The Contractor shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof; except as are mentioned in the specifications to be furnished by the City of Port Angeles. B. The Contractor shall maintain time and expense records, which may be requested by the City. The contractor shall submit invoices to the City for payment for work performed. All invoices must reference the City's contract number. Invoices shall be in a format acceptable to the City. C. The City shall pay all invoices from the Contractor by mailing a City warrant within 30 days of receipt of a properly completed invoice. D. All records and accounts pertaining to this Contract are to be kept available for inspections by representatives of the City for a period of three (3) years after final payment. Copies shall be made available to the City upon request. Page 1 Rev. 8 /3e20132 E. If during the course of the Contract, the work rendered does not meet the requirements set forth in the Contract, the Contractor shall correct or modify the required work to comply with the requirements of this Contract. The City shall have the right to withhold payment for such work until it meets the requirements of the Contract Documents. 4. RESPONSIBILITY OF CONTRACTOR A. Safety. Contractor shall take all necessary precautions for the safety of employees on the work site and shall comply with all applicable provisions of federal, state and local regulations, ordinances and codes. Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and the public and shall post danger signs warning against known or unusual hazards. B. Correction of Defects. Contractor shall be responsible for correcting all defects in workmanship and /or materials discovered within one year after acceptance of this work. When corrections of defects are made, Contractor shall be responsible for correcting all defects in workmanship and /or materials in the corrected work for one year after acceptance of the corrections by the City. The Contractor shall start work to remedy such defects within seven (7) days of mailing notice of discovery thereof by City and shall complete such work within a reasonable time. In emergencies where damage may result from delay or where loss of service may result, such corrections may be made by the City, in which case the cost shall be borne by the Contractor. In the event the Contractor does not accomplish corrections at the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. C. Warranty. Contractor shall be liable for any costs, losses, expenses or damages including consequential damages suffered by the City resulting from defects in the Contractors work including, but not limited to, cost of materials and labor expended by the City in making emergency repairs and cost of engineering, inspection and supervision by the City. The Contractor shall hold the City harmless from any and all claims which may be made against the City as a result of any defective work and the Contractor shall defend any such claims at its own expense. Where materials or procedures are not specified in the Contract Document, the City will rely on the professional judgment of the Contractor to make appropriate selections. D. Nondiscrimination /Affirmative Action. Contractor agrees not to discriminate against any employee or applicant for employment or any other persons in the performance of this Contract because of race, creed, color, national origin, marital status, sex, age or handicap, or other circumstances as may be defined by federal, state or local law or ordinance, except for a bona fide occupational qualification. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by Contractor setting forth the provisions of the nondiscrimination clause. E. Employment. Any and all employees of the Contractor, while engaged in the performance of any work or services required by the Contractor under this Contract, shall be considered employees of the Contractor only and not of the City. Any and all claims that may arise under the Workers Compensation Act on behalf of said employees, while so engaged, and all claims made by a third party as consequence of any negligent act or omission on the part of the Contractor's employees, while so engaged on any of the work or services provided or rendered herein, shall not be the obligation of the City. 5. COMPLIANCE WITH LAWS The Contractor shall comply with all federal, state and local laws and regulations applicable to the work done under this Contract. Any violation of the provisions of this paragraph shall be considered a violation of a material provision of this Contract and shall be grounds for cancellation, termination or suspension of the Contract by the City, in whole or in part, and may result in ineligibility for further work for the City. 6. TERMINATION OF CONTRACT A. This Contract shall terminate upon satisfactory completion of the work described in Attachment "A" and final payment by the City. B. The City may terminate the Contract and take possession of the premises and all materials thereon and finish the work by whatever methods it may deem expedient, by giving 10 days written notice to the Project PK -13 -011 Page 2 Rev. 8/3k-201 t3 Contractor, upon the occurrence of any one or more of the events hereafter specified. 1. The Contractor makes a general assignment for the benefit of its creditors. 2. A receiver is appointed as a result of the insolvency of the Contractor. 3. The Contractor persistently or repeatedly refuses or fails to complete the work required herein. 4. Contractor fails to make prompt payment to subcontractors for material or labor. 5. Contractor persistently disregards federal, state or local regulations and ordinances. 6. Contractor persistently disregards instructions of the Contract Administrator, or otherwise substantially violates the terms of this Contract. 7. The City determines that sufficient operating funds are not available to fund completion of the work contracted for. C. In the event this Contract is terminated by the City, Contractor shall not be entitled to receive any further amounts due under this Contract until the work specified in Attachment "A" is satisfactorily completed, as scheduled, up to the date of termination. At such time, if the unpaid balance of the amount to be paid under this Contract exceeds the expense incurred by the City in finishing the work, and all damages sustained by the City or which may be sustained by reason of such refusal, neglect, failure or discontinuance of employment, such excess shall be paid by the City to the Contractor. If the City's expense and damages exceed the unpaid balance, Contractor and his surety shall be jointly and severally liable therefore to the City and shall pay such difference to the City. Such expense and damages shall include all legal costs incurred by the City to protect the rights and interests of the City under the Contract, provided such legal costs shall be reasonable. 7. OWNERSHIP OF DOCUMENTS A. On payment to the Contractor by the City of all compensation due under this Contract, all finished or unfinished documents and material prepared by the Contractor with funds paid by the City under this Contract shall become the property of the City and shall be forwarded to the City upon its request. B. Any records, reports, information, data or other documents or materials given to or prepared or assembled by the Contractor under this Contract will be kept confidential and shall not be made available to any individual or organization by the Contractor without prior written approval of the City or by court order. 8. CLAIMS Any claim against the City for damages, expenses, costs or extras arising out of the performance of this Contract must be made in writing to the City within thirty days after the discovery of such damage, expense or loss, and in no event later than the time of approval by the City for final payment. Contractor, upon making application for final payment, shall be deemed to have waived its right to claim for any other damages for which application has not been made, unless such claim for final payment includes notice of additional claim and fully describes such claim. 9. GENERAL ADMINISTRATION AND MANAGEMENT The Director of the Public Works and Utilities Department or his /her designee shall have primary responsibility for the City under this Contract and shall oversee and approve all work to be performed, coordinate communications, and review and approve all invoices, under this Contract. 10. HOLD HARMLESS A. The Contractor shall protect, defend, indemnify and save harmless the City, its officers, employees and agents from any and all costs, claims, judgments or awards of damages, arising out of or in any way resulting from the negligent acts or omissions of the Contractor. The Contractor agrees that its obligations under this subparagraph extend to any claim, demand, and /or cause of action brought by, or on behalf of, any of its employees or agents. For this purpose, the Contractor, by mutual negotiation, hereby waives, as respects the City only, any immunity that would otherwise be available against such claims under the industrial insurance provision of Title 51 RCW. In the event the City obtains any judgment or award, and /or incurs any cost arising therefrom including attorneys' fees to enforce the provisions of this article, all such fees, expenses, and costs shall be recoverable form the Contractor. Project PK -13 -011 Page 3 Rev 8/3 i34 B. The City shall protect, defend, indemnify and save harmless the Contractor, its officers, employees and agents from any and all costs, claims, judgments or awards of damages, arising out of or in any way resulting from the negligent acts or omissions of the City. The City agrees that its obligations under this subparagraph extend to any claim, demand, and /or cause of action brought by, or on behalf of, any of its employees or agents. For this purpose, the City, by mutual negotiation, hereby waives, as respects the Contractor only, any immunity that would otherwise be available against such claims under the industrial insurance provision of Title 51 RCW. In the event the Contractor obtains any judgment or award, and /or incurs any cost arising therefrom including attorneys' fees to enforce the provisions of this article, all such fees, expenses, and costs shall be recoverable from the City. 11. INSURANCE The Contractor shall maintain insurance as set forth in Attachment B. 12. PREVAILING WAGE This Contract is subject to the requirements of Chapter 39.12 RCW, and as it may be amended, relating to prevailing wages. On Public Works projects, funded in part or in whole with Federal funds, Federal wages laws and regulations shall also be applicable. NO WORKER, LABORER OR MECHANIC EMPLOYED IN THE PERFORMANCE OF ANY PART OF THIS CONTRACT SHALL BE PAID LESS THAN THE PREVAILING RATE OF WAGE as determined by the Industrial Statistician of the Department of Labor and Industries for the State of Washington. The schedule of prevailing wage rates for this Contract is made a part of this contract as though fully set forth herein. Prior to making any payment under this Contract, the City must receive an approved copy of the "Statement of Intent to Pay Prevailing Wages on Public Works Contracts" from the Department of Labor and Industries. It is the Contractor's responsibility to obtain and file the "Statement of Intent to pay Prevailing Wage The Contractor shall be responsible for all filing fees. Each invoice shall include a signed statement that prevailing wages have been paid by the Contractor and all subcontractors. Following the final acceptance of services rendered, Contractor shall submit an "Affidavit of Wages Paid For a contract award or an on -call contract work order under $2,500, and in accordance with RCW 39.12.040(2), the contractor or subcontractor is authorized to submit a combined Statement Of Intent To Pay Prevailing Wages Affidavit Of Wages directly to the City of Port Angeles at final invoicing. Submission shall be made on the form developed by the Washington State Department of Labor and Industries and available from the City of Port Angeles Public Works and Utilities Department. In case any dispute arises as to what are the prevailing rates of wages for a specific trade, craft or occupation and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries, and his decision shall be final, conclusive, and binding on all parties involved in the dispute. 13. INTERPRETATION AND VENUE This Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington. 14. BRANDS OR EQUAL When a special `brand or equal" is named it shall be construed solely for the purpose of indicating the standards of quality, performance, or use desired. Brands of equal quality, performance, and use shall be considered, provided Contractor specifies the brand and model and submits descriptive literature when available. Any bid containing a brand which is not of equal quality, performance, or use specified must be represented as an alternate and not as an equal, and failure to do so shall be sufficient reason to disregard the bid. 15. INSPECTION AND REJECTION All goods, services, work, or materials purchased herein are subject to inspection and to approval by the City. Any rejection of goods, services, work, or materials resulting because of nonconformity to the terms and specifications of this order, whether held by the City or returned, will be at Contractor's risk and expense. Project PK -13 -011 Page 4 Rev. 8/3k201135 16. SUBLETTING OR ASSIGNING OF CONTRACTS Neither the City nor the Contractor shall assign, transfer, or encumber any rights, duties or interest accruing from this Contract without the express prior written consent of the other. 17. INDEPENDENT CONTRACTOR The Contractor is and shall be at all times during the term of this Contract an independent contractor and not an employee of the City. 18. EXTENT OF CONTRACT /MODIFICATION This Contract, together with the attachments and /or addenda, represents the entire and integrated Contract between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written or oral. This contract may be amended, modified or added to only by written instrument properly signed by both parties hereto. 19. SUBCONTRACTOR RESPONSIBILITY A. The Contractor shall include the language of this section in each of its first tier subcontracts, and shall require each of its subcontractors to include substantially the same language of this section in each of their subcontracts, adjusting only as necessary the terms used for the contracting parties. The requirements of this section apply to all subcontractors regardless of tier. B. At the time of subcontract execution, the Contractor shall verify that each of its first tier subcontractors meets the following bidder responsibility criteria: At the time of subcontract bid submittal, have a certificate of registration in compliance with chapter 18.27 RCW; Have a current state unified business identifier number; If applicable, have: Industrial insurance coverage for the subcontractor's employees working in Washington as required in Title 51 RCW; An employment security department number as required in Tile 50 RCW; and A state excise tax registration number as required in Tile 82 RCW; An electrical contractor license, if required by Chapter 19.28 RCW; An elevator contract license, if required by Chapter 70.87 RCW. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). Project PK -13 -011 Page 5 Rev. 8/3.a2m l3 IN WITNESS WHEREOF, the parties have executed this Contract as of 2013. ASM SIGNS CITY OF PORT ANGELES By: By: Printed Name: Printed Name: Title: Title: Address: City: Tax ID Phone Number: Purchase Order Project PK -13 -011 Page 6 Rev. 8/3 Crl City of Port Angeles Operations Office Public Works and Utilities Department 360- 417 -4541 The contractor shall do all work and furnish all tools and equipment in order to accomplish the project described below. Unless otherwise provided for in the Statement of Work, the Contractor will be responsible for obtaining and paying for any and all permits required for this work. 1. General Scope: Installation and Removal of Promotional Banners. 2. Location: Three (3) different locations to install and remove banners 3. Project Manager: Corey Delikat, Director of Parks Recreation at 360 417 -4551 4. Work Hours and Schedule: Installation of banners shall be Monday morning. If Monday is a holiday, installation shall be Tuesday morning. 5. Contract Period. a. Base Year. This contract shall be awarded based on the base year bid item. The performance period for the base year begins February 28 2013 and continues through February 28 2014. b. Option Years. The City shall have at its sole option the right to award the subsequent option years for services. The City shall provide the Contractor 30 days prior written notice of its intent to exercise its right to award an option year. Option years one and two, if taken, shall commence on March 01 and continue through February 28 of each option year. 5. Pricing. Contractor's prices shall be predicated upon a base gasoline price of $3.70 per gallon or less. If fuel prices increase by $.50 per gallon, an increase of 2.5% will be added to monthly invoice. If fuel prices increase by $1.00 per gallon, an increase of 5% will be added to monthly invoice. If fuel prices increase by $1.50 per gallon, an increase of 7.5% will be added to monthly invoice. Fuel price means the average retail price for 87 octane gasoline in the Port Angeles are for the calendar month. If fuel prices decrease after having risen enough to trigger a price increase then, a reduction of 2.5% on each monthly invoice for each $.50 per gallon reduction in price will apply. The above pricing shall be conjunction with labor, equipment, and time. 6. Work Requirements. Project PK -13 -011 ATTACHMENT "A" WORK BY CONTRACTOR Location 1 2: Two (2) banners on Front Street, Port Angeles, Washington Location 3: One (1) banner on First Street near Francis Street, Port Angeles, Washington a. The City of Port Angeles, Parks and Recreation Office will generate job work order(s) for banner(s) to be installed and removed. The job work order(s) shall be generated each Friday of each week. b. The Contractor shall obtain banner(s) with the generated job work order from Parks Recreation personal by 3:00 PM, each Friday of each week. c. The installation and removal of the banners shall be completed by Monday morning and /or if Monday is a holiday, work shall be Tuesday morning. Page 7 Rev. 8/3a2O1138 d. The Contractor shall provide all warning devices (signs, cones, etc) to alert approaching drivers and pedestrians of work in progress. e. The banners shall be installed and removed from a height of approximately 30 to 35 feet. A bucket truck or equipment that can reach the minimum of that height shall be used by Contractor. f. The Contractor shall follow current OSHA regulations on fall protection. g. The Contractor shall ensure that the texts for all banners are visible and readable by on- coming vehicular traffic. If banners are deficient in quality in any way, the Contractor must immediately notify Parks Recreation staff of the need for repair or replacement. h. Any debris generated from the work described shall be the responsibility of the Contractor. Project PK -13 -011 Page 8 Rev. 8/320113 City of Port Angeles Operations Office Public Works and Utilities Department 360- 417 -4541 INSURANCE INDEMNITY REQUIREMENTS FOR CONSTRUCTION AND SERVICE CONTRACTS Includes construction and remodeling, janitorial service, tree maintenance, road maintenance, painting, electrical work, plumbing, movers, and on site maintenance agreements. Indemnification Hold Harmless The Contractor shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115. then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. No Limitation Contractor's maintenance of insurance, its scope of coverage and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85 or an Project PK -13 -011 ATTACH M ENT "B" INSURANCE Page 9 Rev. 8/3k-2O140 equivalent endorsement. There shall be no endorsement or modification of the Commercial General Liability Insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and $2,000,000 products completed operations aggregate limit. Other Insurance Provision The Contractor's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance as respect the City. Any insurance, self insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors The Contractor shall have sole responsibility for determining the insurance coverage and limits required, if any, to be obtained by subcontractors, which determination shall be made in accordance with reasonable and prudent business practices. G. Notice of Cancellation The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy cancellation, within two business days of their receipt of such notice. Project PK -13 -011 Page 10 Rev 8/1 /2O 41 H. Failure to Maintain Insurance Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Contractor from the City. Project PK -13 -011 Page 11 Rev. 8//2014 2 City of Port Angeles Operations Office Public Works and Utilities Department 360- 417 -4541 See attached listing: ATTACHMENT "C" PREVAILING WAGE RATES 1. Washington State Prevailing Wage Rates For Public Works Contracts Journey Level and Apprentices, Clallam County, effective 2/12/2013. 2. To access applicable prevailing rate(s) of wages rates for the describe work by trade, use the following Labor and Industries website link: htto:// www. lni. wa. eov/ TradesLicensine /PrevWaae/WaeeRates /default.asn 3. A copy of the applicable prevailing wage rates can be obtain by contacting Lucy Hanley at 360 417 -4541 or by email, lhanlevacitvofna.us. A hard copy is available for viewing in person at 1703 South B Street, Port Angeles, WA. 98363. Project PK -13 -011 Page 12 Rev. 8 //ZO City of Port Angeles Operations Office Public Works and Utilities Department 360- 417 -4541 ASM Signs' quote form and supplemental information form attached: Project PK -13 -011 ATTACHMENT "D" QUOTE FORM SUPPLEMENTAL INFORMATION FORM Page 13 Rev. 8/k/2044 QUOTATION FORM Project Title: Installation Removal of Promotional Banners Project Number: PK -13 -011 The bidder hereby bids the following amounts for all work (including labor, equipment, and time) required to perform the work in the Statement of Work and this package. Note: Contractors shall predict their prices below base on a gasoline price of $3.70 per gallon or less. Also, prices shall include labor, equipment, and time required to perform the work described. (1) Base Bid Year Price for February 28, 2013 through February Items 1 Description: 1 1 No banner to install, but one to remove 2 1 One banner to be installed with removal of banner 3 Two banners to be installed with removal of banners 4 I Three banners to be installed with removal of banners 28, 2014 I Amount: (2) Option Year One Bid Price for March 1, 2014 through February 28, 2015 Items Description: 1 Amount: 1 No banner to install, but one to remove 2 One banner to be installed with removal of banner 3 Two banners to be installed with removal of banners Three banners to be installed with removal of banners (3) Option Year Two Bid Price for March 1, 2015 through February 28, 2016 Items 1 Description: l Amount: 1 I No banner to install, but one to remove 2 I One banner to be installed with removal of banner 3 1 Two banners to be installed with removal of banners 4 1 Three banners to be installed with removal of banners Project: PK -13 -011 Page 3 Rev EX3Q[2415 Supplemental Information Form Installation Removal of Promotional Banners PK -13 -011 1. The bidder hereby acknowledges that it has received Addenda No(s). (Enter "N /A" if none were issued) to this Request for Quotation package. 2. The name of the bidder submitting this bid and its business phone number and address, to which address all communications concerned with this bid and with the contract shall be sent, are listed below. Any written notices required by the terms of an awarded contract shall be served or mailed to the following address: Contractor Information: 1. Company Name: iii ..SM '/!IS 2. Address: 7 S r 3. City, State, Zip Code: iii? r /.,f digAL e s /i/jq 4. Phone Number: f D S 1.2 7 5. Contractor Registration Number: 1J t" 1 r 1 e7 7 6. UBI Number: 46, 7/ 3 4,1 7. WA State Industrial Insurance Account Number: 4 if a k' `l itr) 8. WA State Employment Security Dept Number: /7 7 7 f<k'f 40 i d 9. State Excise Tax Registration Number: A f The bidder represents that it is qualified .and possesses sufficient skills and the necessary capabilities to perform the services stforth in this Contract: Signed by Title Printed Name: Date j 2 \Z Project: PK -13 -011 Page 4 Rev E39/216 ORTNGELES W A S H I N G T O N U.S.A. CITY COUNCIL MEMO DATE: MARCH 5, 2013 To: CITY COUNCIL FROM: COREY DELIKAT, PARKS RECREATION DIRECTOR SUBJECT: PARKS, RECREATION BEAUTIFICATION COMMISSION REPRESENTATIVE APPOINTMENTS Summary: The Parks, Recreation Beautification Commission sought to fill two Community Representatives at the February 21, 2013 meeting. Applications for appointment to the commission were solicited, applications were received, and applicants were interviewed by the Parks, Recreation Beautification Commission. Recommendation: Approve the appointments of Janet Young and Penny Pittis to the Parks, Recreation Beautification Commission for terms beginning March 1, 2013 until February 28, 2017. Background /Analysis: Members of the Parks, Recreation Beautification Commission give advisory recommendations to the City Council on all matters relating to parks, recreation and beautification; cooperate with and advise the Parks Recreation Director in the development and implementation of a comprehensive recreation program, a comprehensive park development program, beautification programs, and general appearance of the City. The Commission members are appointed to four -year terms, with a limit of two consecutive terms. Currently there are two vacant positions on the Parks, Recreation Beautification Commission. Commission Representative (Jean Hordyk) reached the end of her second four -year term last month. The City Manager's office recently announced that applicants were being sought for Commission Representative's on the Parks, Recreation Beautification Commission, including a January 31, 2013, extended application deadline. In accordance with the City Council Rules of Procedure, the Parks, Recreation Beautification Commission reviewed the applications, interviewed the candidates in open public session at its February 21, 2013, meeting, and forwarded a favorable recommendation to City Council to appoint Mrs. Janet Young to a four year term and re- appoint Mrs. Penny Pittis to her second four year term as the Commission Representatives to the Parks, Recreation Beautification Commission effective upon appointment of the Council. P ORT A NGELFS WAS H 1 N G T ON, U.S.A. DATE: March 5, 2013 TO: CITY COUNCIL FROM: Glenn A. Cutler, P.E., Director of Public Works and Utilities SUBJECT: Final Acceptance for Tree Trimming Contract, Project No.WF 142537/03 Summary: The Asplundh Tree Expert Co. has completed the trimming of trees in power line- rights- of way for Project WF- 142537/03. The final invoice has been received and the total cost of the contract was $105,601.80. The work has been inspected and accepted as complete. Recommendation: Accept the project and authorize the release to Asplundh Tree Expert Co. of retainage in the amount of $5,280.09 upon receipt of required clearances. Background Analysis: Asplundh Tree Expert Co. has completed the annual trimming of trees around power lines throughout the City, as contracted under Project WF- 142537/03, in the final amount of $105,601.80. The trimming was necessary to keep trees a safe distance from power lines and to minimize tree caused outages that normally occur during storms. The contract for Project WF- 142537/03 was originally awarded on an hourly basis in an amount not to exceed $100,000.00. One change order was issued increasing the limit to $111,840.65 to perform additional work for Streets and Water Divisions, clear branches from radio paths for the Wireless Mobile Data System project, plus an estimated $8,548 to be paid to the City by Nippon Paper Industries to trim around their transmission poles. Work for Nippon actually ceased at $4,962.00. Budget 1 Light Streets Water WMDS Nippon 1 Total CITY COUNCIL MEMO *Amount billed to Nippon Original Contract Amount $100,000.00 100.000.00 Change Order Final Cost 97,347.15 1 1,101.70 1 1,101.70 1,101.71 1 1,101.71 1,089.24 1 1,089.24 8,548.00 4,962.00* 11.840.65 1 $105.601.80 1 It is recommended that Council accept the project as completed by Asplundh Tree Expert Co., and authorize release of the retainage in the amount of $5,280.09 upon receipt of required clearances. N \CCOUNCIL \FINAL \Tree Trimming Contract, Project WF- 142537 -03, Final Acceptance doc E 48 JORTINGELES W A S H I N G T O N U.S.A. CITY COUNCIL MEMO DATE: MARCH 5, 2013 To: CITY COUNCIL FROM: COREY DELIKAT, PARKS RECREATION DIRECTOR SUBJECT: LAND USE AGREEMENT PORT ANGELES BMX ASSOCIATION LINCOLN PARK Summary: The City of Port Angeles has allowed the Port Angeles BMX Association the use of an area at the west end of Lincoln Park, bordered on two sides by Lauridsen Blvd. and L Street, for Bicycle Motocross (BMX) since 1993. This agreement continues to allow the BMX Association use of the designated area for another three years, with an option for renewal for an additional three (3) years upon approval by the Parks Recreation Director. Recommendation: Approve and authorize the City Manager to sign a Land Use Agreement with Port Angeles BMX Track to allow the use of the land at the west end of Lincoln Park for a three (3) year period, from March 5, 2013, to March 5, 2016, with an option for renewal for an additional three (3) year period based upon approval by the Parks Recreation Director, and to make minor modifications to the agreement, if necessary. Backeround Analysis: The Port Angeles BMX has been serving kids and adults of our community for over 20 years with positive results. BMX racing is typically an individual sport that helps kids develop agility, strength, and is a great aerobic exercise. It is the City's goal to continue to offer a place for kids and families to enjoy and recreate. It is recommended for Council to approve and authorize the City Manager to sign a Land Use Agreement with Port Angeles BMX Track to allow the use of the land at the west end of Lincoln Park for a three (3) year period, from March 5, 2013, to March 5, 2016, with an option for renewal for an additional three (3) year period based upon approval by the Parks Recreation Director, and to make minor modifications to the agreement, if necessary. LAND USE AGREEMENT FOR BICYCLE MOTO -CROSS FACILITY IN LINCOLN PARK (WEST END) LAURIDSEN BOULEVARD L STREET PORT ANGELES, WASHINGTON This Agreement is entered into this day of March, 2013, between the City of Port Angeles, hereinafter referred to as "City and the Port Angeles BMX Track, a non profit association, hereinafter referred to as "BMX". The Contract Administrator for the City will be the Parks and Recreation Director, hereinafter referred to as "Manager." City and BMX hereby agree to the use of the land at the west end of Lincoln Park as designated by the Manager as a BMX facility for a period of three (3) years, with an option to extend the Agreement for the next three (3) years. Terms and conditions of said use to be as follows: Parks and Recreation agrees: 1. To allow the area at the west end of Lincoln Park, bordered on two sides by Lauridsen Blvd and L Street to be used by BMX for a three (3) -year period, from March 5, 2013, to March 5 2016, with an option for renewal for an additional three (3) year period based upon approval by the Manager. 2. To continue to provide maintenance, restrooms and trash removal services to the extent already provided. 3. To provide access to electricity and water to the track site. 4. To allow prescheduled BMX competitions and clinics to be held at the site during the contract period. -1- E -50 5. To evaluate BMX activity at City's discretion and direct BMX to correct any conditions which maybe unsatisfactory and in need of change or correction by BMX. 6. To require the area to be cleaned to the satisfaction of the Manager, or his designee, following competitions and clinics. 7. To allow BMX freedom of design in the track competition area upon the condition that said design complies with standards of the USA BMX Association and that the same is approved or certified by the USA BMX. 8. To allow construction of a combination registration booth/announcing tower and/or the use of portable facilities for such purposes as approved by City. 9. To allow portable, self contained food and drink concession(s) to be brought on the site on competition days, and allow for the sale of food, non alcoholic beverages, and BMX related merchandise at the site. Said vendor(s) to have state license and/or health certificates as required by local health board. Said vendor(s) shall also provide proof of Commercial General Liability insurance written on a per occurrence basis with limits no less than $1,000,000 combined single limit per occurrence and $2,000,000 aggregate. The City shall be named as an additional insured on the insurance policy, and a copy of the endorsement naming the City as additionally insured shall be attached to the Certificate of Insurance, which shall be supplied to the City. 10. To allow sponsoring organizations and/or sponsoring businesses to erect and maintain signs in the BMX area. All such signs shall be subject to provisions of applicable City sign codes and subject to prior approval by the Manager, or his designee to ensure compliance with the City sign code. 2 E -51 11. To allow BMX to terminate this Agreement upon sixty days written notice, without penalty, prior to the expiration of this Agreement, if the operation of the facility becomes cost prohibitive, and BMX agrees to removal of the area constructed for the bicycle competition and restoration to the original contour, insofar as is possible. 12. That at least three (3) months prior to the expiration of each term of this Agreement, City will, in conjunction with BMX, review this Agreement for the purpose of extending this Agreement for the optional three (3) year extension period. BMX agrees: 1. To maintain and improve a BMX facility on the designated property to meet all requirements as set forth by the USA BMX Association, the national sanctioning body. 2. To pay all expenses directly incurred by BMX in a timely manner. 3. To maintain the facility in competitive condition during racing season and periodically inspect the facility during the off season, giving complete consideration to spectators and participants alike. 4. To clean the area, to the satisfaction of the Manager or his designee, of all refuse accumulated during any competitions within twenty -four (24) hours of the completion of said competition. 5. To monitor activities for the prohibition of alcoholic beverages and drugs in keeping with park rules and the sanctioning body rules. 6. To employ the assistance of the USA BMX Association in the design and construction of the BMX facility. 3 E -52 7. To maintain a perimeter fence satisfactory to Manager and to assure the security of the facility to prevent unauthorized entry. 8. To indemnify, defend, and hold the City harmless from all claims, loss, injury, and damage arising from the BMX facility except for the sole negligence of the City. 9. To provide Commercial General Liability insurance written on an occurrence basis with limits not less than $1,000,000 combined single limit per occurrence, per location and $2,000,000 aggregate for personal injury, bodily injury, and property damage. Coverage shall include but not be limited to: blanket contractual; products /completed operations; broad form property damage; explosion, collapse and underground (XCU) if applicable; and employer's liability if and when an employee is hired by the Port Angeles BMX Track. The City shall be named as an additional insured on the insurance policy, and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance, a copy of which shall be supplied to the City. BMX's insurance shall contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. BMX's insurance shall be primary insurance as respect the City and the City shall be given thirty (30) days prior written notice of any cancellation, suspension or material change in coverage. Failure to maintain acceptable insurance will result in the termination of this use Agreement. 10. To maintain and protect a satisfactory relationship with the USA BMX Association, the national sanctioning body, thereby keeping the BMX insurance policy in place. 4 E -53 11. In the event that the facility becomes cost prohibitive, and the competition area is closed during the term of this Agreement, the competition area will be returned to as close to original contour as possible. This Agreement maybe terminated by either signatory party by giving written notice of intent to terminate sixty (60) days prior to termination date. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed the day and year first hereinabove written. PORT ANGELES BMX TRACK, CITY OF PORT ANGELES a non profit association By Title: G \LEGALIa AGREEMENTS &CONTRACTS 12013 Agtmis &Contracts\BMX Contract 02 06 13 wpd Dan McKeen City Manager Attest: Janessa Hurd, City Clerk Approved as to form: William E. Bloor, City Attorney CITY COUNCIL MEMO W A S H I N G T O N U.S.A. DATE: March 5, 2013 To: CITY COUNCIL FROM: Glenn A. Cutler, P.E., Director of Public Works Utilities SUBJECT: State Energy/Utility Conservation Projects Interlocal Agreement Summary: As part of their contracting services, the State Department of Enterprise Services (formerly GSA) offers Energy/Utility Conservation Project Management and Monitoring Services. The attached Interagency Agreement allows the City to participate in this energy conservation program. Recommendation: 1) Authorize the City Manager to sign an initial Interagency Agreement with the State of Washington for these services and 2) Authorize the Director, Public Works and Utilities to sign the annual renewals for the agreement. Background /Analysis: As part of their contracting services, the State Department of Enterprise Services (formerly GSA) offers Energy/Utility Conservation Project Management and Monitoring Services. The State contracts with Energy Services Companies (ESCO) to provide evaluation, auditing, grant development, design, construction and monitoring services in order to implement cost effective energy conservation projects. This Interagency Agreement itself only provides the framework and costing for participating in these services, and does not obligate the City to any costs unless the City approves to go forward with an audit or project. For work to proceed, the State and ESCO do a preliminary evaluation of potential opportunities and proposes to the City to do a full facility energy audit to develop a project. If the project meets an agreed upon savings or payback, the City would owe the cost of the audit for the facility. It is then the City's choice whether to proceed with the project. Prior to proceeding with an audit or a project, staff will seek approval from Council or the City Manager, as appropriate depending on the amount being obligated by the City. It is recommended that the Council: 1) Authorize the City Manager to sign an initial Interagency Agreement with the State of Washington for these services and 2) Authorize the Director, Public Works and Utilities to sign the annual renewals for the agreement. N \CCOUNCIL \FINAL \State Energy Utility Conservation Projects Interlocal Agreement doc E -55 Interagency Agreement Department of Enterprise Services Date: February 11. 2013 Interagency Agreement No: K1347 This Agreement, pursuant to Chapter 39.34 RCW, is made and entered into by and between the Department of Enterprise Services, Facilities Division, Engineering Architectural Services, hereinafter referred to as "DES and City of Port Angeles, hereinafter referred to as the "CITY The purpose of this Agreement is to establish a vehicle for DES to provide future Energy /Utility Conservation Project Management and Monitoring Services to the CITY and to authorize the development of the energy services proposal. Now therefore, in consideration of the terms and conditions contained herein, or attached and incorporated by reference and made a part hereof, the above -named parties mutually agree as follows: 1. Statement of Work Interagency Agreement No. K1347 Interagency Agreement Between the Department of Enterprise Services and City of Port Angeles DES shall furnish the necessary personnel and services and otherwise do all things necessary for or incidental to the performance of the work set forth in Attachment "A" and Attachment "C attached hereto and incorporated herein by reference. Unless otherwise specified, DES shall be responsible for performing all fiscal and program responsibilities as set forth in Attachment "A" and Attachment "C Energy/Utility Conservation projects shall be authorized by Amendment to this Agreement. 2. Terms and Conditions All rights and obligations of the parties to this Agreement shall be subject to and governed by the terms and conditions contained in the text of this Agreement. The CITY shall provide the Energy Services Company (ESCO) with any additional contract language necessary to comply with the requirements established under federal grants, the American Recovery Reinvestment Act of 2009 (ARRA) and the Energy Efficiency and Conservation Block Grant (EECBG). The ESCO and their subcontractors are required to comply with all applicable federal regulations and reporting procedures. Page 1 of 5E 56 3. Period of Performance Subject to its other provisions, the period of performance of this master Agreement shall commence when this Agreement is properly signed, and be completed on December 31, 2015 unless altered or amended as provided herein. 4. Consideration Compensation under this Agreement shall be by Amendment to this Agreement for each authorized project. Each Amendment will include a payment schedule for the specific project. For Project Management Services provided by DES under Attachment "A" of this Agreement, the CITY will pay DES a Project Management Fee for services based on the total project value per Project Management Fees Schedule set forth in Attachment "B If the CITY decides not to proceed with an Energy /Utility Conservation project that meets CITY's cost effective criteria, then the CITY will be charged a Termination Fee per Attachment "B The Termination Fee will be based on the estimated Total Project Value outlined in the Energy Audit and Energy Services Proposal prepared by the ESCO. If monitoring and verification services are requested by the CITY and provided by DES under Attachment "C" of this Agreement, the CITY will pay DES $2,000.00 annually for each year of monitoring and verification services requested. Compensation for services provided by the ESCO shall be paid directly to the ESCO by the CITY, after DES has reviewed, approved and sent the invoices to the CITY for payment. 5. Billing Procedure DES shall submit a single invoice to the CITY at substantial completion of each authorized project, unless the CITY requests a Special Billing Condition in the Amendment. Substantial completion of the project will include the delivery and acceptance of closeout documents and commencement of energy savings notification. Each invoice will indicate clearly that it is for the services rendered in performance of this Agreement and shall reflect both the Agreement and amendment number. DES will invoice for any remaining services within 60 days of the termination of this Agreement. 6. Payment Procedure The CITY shall pay all invoices received from DES within 90 days of receipt of properly executed invoice vouchers. The CITY shall notify DES in writing if the CITY cannot pay an invoice within 90 days. Interagency Agreement No. K1347 Page 2 of 5E 57 7. Non- Discrimination In the performance of this Agreement, DES shall comply with the provisions of Title VI of the Civil Rights Act of 1964 (42 USC 200d), Section 504 of the Rehabilitation Act of 1973 (29 USC 794), and Chapter 49.60 RCW, as now or hereafter amended. DES shall not discriminate on the grounds of race, color, national origin, sex, religion, marital status, age, creed, Vietnam -Era and Disabled Veterans status, or the presence of any sensory, mental, or physical disability in: a) Any terms or conditions of employment to include taking affirmative action necessary to accomplish the objectives of this part and b) Denying an individual the opportunity to participate in any program provided by this Agreement through the provision of services, or otherwise afforded others. In the event of DES's non compliance or refusal to comply with the above provisions, this Agreement may be rescinded, canceled, or terminated in whole or in part, and DES declared ineligible for further Agreement with the CITY. DES shall, however, be given a reasonable time in which to cure this noncompliance. Any dispute may be resolved in accordance with the "Disputes" procedure set forth therein. 8. Records Maintenance The CITY and DES shall each maintain books, records, documents, and other evidence that sufficiently and properly reflect all direct and indirect costs expended by either party in the performance of the services described herein. These records shall be subject to inspection, review, or audit by personnel of both parties, other personnel duly authorized by either party, the Office of the State Auditor, and federal officials so authorized by law. DES will retain all books, records, documents, and other material relevant to this agreement for six years after expiration; and the Office of the State Auditor, federal auditors, and any persons duly authorized by the parties shall have full access and the right to examine any of these materials during this period. 9. Contract Management a. The CITY Representative on this Agreement shall be: Kathryn Neal, Engineering Manager Public Works and Utilities Department City of Port Angeles P.O. Box 1150 Port Angeles, WA 98362 Telephone (360) 417 -4821 Interagency Agreement No. K1347 Page 3 of 5E 58 The Representative shall be responsible for working with DES, approving billings and expenses submitted by DES, and accepting any reports from DES. b. The DES Project Manager on this Agreement shall be: Doug Kilpatrick, P.E. Department of Enterprise Services Facilities Division Engineering and Architectural Services PO Box 41012 Olympia, WA 98504 -1012 Telephone (360) 407 -9380 Doug Kilpatrick will be the contact person for all communications regarding the conduct of work under this Agreement. 10. Hold Harmless Each party to this Agreement shall be responsible for its own acts and /or omissions and those of its officers, employees and agents. No party to this Agreement shall be responsible for the acts and /or omissions of entities or individuals not a party to this Agreement. 11. Agreement Alterations and Amendments The CITY and DES may mutually amend this Agreement. Such Amendments shall not be binding unless they are in writing and signed by personnel authorized to bind the CITY and DES or their respective delegates. 12. Termination Except as otherwise provided in this Agreement, either party may terminate this Agreement upon thirty (30) days written notification. If this Agreement is so terminated, the terminating party shall be liable only for performance in accordance with the terms of this Agreement for performance rendered prior to the effective date of termination. 13. Disputes If a dispute arises under this Agreement, it shall be determined in the following manner: The CITY shall appoint a member to the Dispute Board. The Director of DES shall appoint a member to the Dispute Board. The CITY and DES shall jointly appoint a third member to the Dispute Board. The Dispute Board shall evaluate the dispute and make a determination of the dispute. The determination of the Dispute Board shall be final and binding on the parties hereto. Interagency Agreement No. K1347 Page 4 of 5E 59 14. Order of Precedence In the event of an inconsistency in this Agreement, unless otherwise provided herein, the inconsistency shall be resolved by giving precedence in the following order: a) Applicable Federal and State Statutes and Regulations b) Terms and Conditions c) Attachment "A Project Management Scope of Work; Attachments "B Project Management Fees; and Attachment "C Monitoring Services Scope of Work, and d) Any other provisions of the Agreement incorporated by reference. All Writings Contained Herein This Agreement contains all the terms and conditions agreed upon by the parties. No other understandings, oral or otherwise, regarding the subject matter of this Agreement shall be deemed to exist or to bind any of the parties hereto. AUTHORIZATION TO PROCEED Agreed to and signed by: City of Port Angeles Signature Signature Dan McKeen Bill Phillips. P.E. Name Name City Manager E &AS Program Manaaer Title Title Date Date Department of Enterprise Services Facilities Division Engineering Architectural Services The Department of Enterprise Services provides equal access for all people without regard to race, creed, color, religion, national origin, age, gender, sex, marital status, or disability. Contract information is available in alternative formats. For more information, please call Eddie Miller at (360) 407 -9363. K1347IAAIh Interagency Agreement No. K1347 Page 5 of 5E 60 Interagency Agreement No. K1347 ATTACHMENT A Scope of Work Energy/Utility Conservation Projects Management Services Statewide Energy Performance Contracting Program Master Energy Services Agreement No. 2011 -169 DES will provide the following project management services for each specific project for the CITY. Each individual project shall be authorized by Amendment to this Agreement. 1. Assist the CITY in the selection of an Energy Service Company (ESCO) consistent with the requirements of RCW 39.35A for local governments; or 39.35C for state agencies and school districts. 2. Assist in identifying potential energy /utility conservation measures and estimated cost savings. 3. Negotiate scope of work and fee for ESCO audit of the facility(s). 4. Assist in identifying appropriate project funding sources and assist with obtaining project funding. 5. Assist in negotiating the technical, financial and legal issues associated with the ESCO's Energy Services Proposal. 6. Review and recommend approval of ESCO energy /utility audits and Energy Services Proposals. 7. Provide assistance during the design, construction and commissioning processes. 8. Review and approve the ESCO invoice vouchers for payment. 9. Assist with final project acceptance. 10. Provide other services as required to complete a successful energy performance contract. E -61 ATTACHMENT B Fee Schedule 2011 -13 Interagency Reimbursement Costs for Project Management Fees to Administer Energy/Utility Conservation Projects PROJECT TOTAL PROJECT VALUE MANAGEMENT FEE TERMINATION 5,000,001 6,000,000 $66,000 25,700 4,000,001 ..5,000,000 65,000 25,400 3,000,001.......4,000,000 64,000 25,000 2,000,001 3,000,000 60,000 23,400 1,500,001 2,000,000 56,000 21,800 1,000,001 1,500,000 49,500 19,300 900,001...... 1,000,000 42,000 16,400 800,001 ..900,000 39,600 15,400 700,001 ..800,000 36,800 14,400 600,001 ..700,000 35,000 13,700 500,001 ..600,000 32,400 12,600 400,001 ..500,000 29,000 11,300 300,001 ..400,000 24,800 9,700 200,001 ..300,000 19,800 7,700 100,001 ..200,000 13,800 5,400 50,001 ..100,000 7,500 3,500 20,001 50,000 4,000 2,000 0 20,000 2,000 1,000 The project management fee on projects over $6,000,000 is 1.1% of the project cost. The maximum DES termination fee is $25,700. 1. These fees cover project management services for energy /utility conservation projects managed by DES's Energy Program. 2. Termination fees cover the selection and project management costs associated with managing the ESCO's investment grade audit and proposal that identifies cost effective conservation measures if the CITY decides not to proceed with the project through DES. 3. If the project meets the CITY's cost effectiveness criteria and the CITY decides not to move forward with a project, then the CITY will be invoiced per Attachment B Termination or $25,700.00 whichever is less. If the CITY decides to proceed with the project then the Agreement will be amended per Attachment B for Project Management Fee. 4. If the audit fails to produce a project that meets the CITY's established Cost Effectiveness Criteria, then there is no cost to the CITY and no further obligation by the CITY. Interagency Agreement No K1347 Revised 3272 Interagency Agreement No. K1347 ATTACHMENT C Scope of Work Energy/Utility Conservation Projects Monitoring Services Statewide Energy Performance Contracting Program Master Energy Services Agreement No. 2011 -169 If requested DES will provide the following monitoring services for each specific project for the CITY. 1. Monitor actual energy use and dollar costs, compare with the ESCO's annual Measurement and Verification (M &V) report and any ESCO guarantee, resolve differences, if needed, and approve any vouchers for payment. 2. Monitor facility operations including any changes in operating hours, changes in square footage, additional energy consuming equipment and negotiate changes in baseline energy use which may impact energy savings. 3. Provide annual letter report describing the ESCO's performance, equipment performance and operation, energy savings and additional opportunities, if any, to reduce energy costs. E -63 CITY OF sr r WAS H I N G T O N, U.S.A. CITY COUNCIL MEMO DATE: March 5, 2013 To: CITY COUNCIL FROM: NATHAN A. WEST, DIRECTOR COMMUNITY ECONOMIC DEVELOPMENT SUBJECT: CORRECTION TO RESOLUTION TO SET A PUBLIC HEARING FOR STREET VACATION PETITION STV 13 -01 LINDLEY ALLEY BETWEEN HAZEL /SPRUCE AND FAIRMOUNT AND EUCLID AVENUES Summary: Following the February 19, 2013 Council Meeting, staff identified a need to correct Resolution 01 -13. Recommendation: Council should adopt the attached Resolution correcting the hearing date for consideration of a street vacation petition. Background Analysis: On February 19, 2013, Resolution 01 -13 was adopted to set a hearing date for consideration of a street vacation petition. The date was incorrectly noted as March 5 2013. The resolution corrects the hearing date such that the procedure will be in accordance with the requirements of RCW 35.79.010 for consideration of street vacation. The hearing date identified in the Resolution falls a week short of the public notice required per RCW 35.79.010 and will therefore be corrected by Council's action. Attachment: Correcting Resolution T \STV\LINDLEY ETAL \CITYCOUNCILMEMO 030513 DOC and A RESOLUTION of the City Council of the City of Port Angeles, Washington, amending Resolution No. 01 -13, and ratifying notice of a hearing on March 19, 2013 for consideration of a petition to vacate an alley right of way in Port Angeles, WA. WHEREAS, a petition is on file with the City of Port Angeles to vacate the alley within Block 8, Pennsylvania Park Addition, Port Angeles, as shown on the attached Exhibit A; and WHEREAS, the petition has been signed by the owners of more than two- thirds of the property abutting upon the right -of -way to be vacated; and WHEREAS, Resolution No. 01 -13, adopted by Council on February 19, 2013, had an incorrect hearing date of March 5, 2013 and should be corrected to read March 19, 2013 WHEREAS, notice of a hearing on March 19, 2013 has been posted. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Port Angeles as follows: Section 1. Resolution 01 -13 is amended by changing the hearing date to March 19, 2013. Section 2. The posted notice which advertised that the hearing will be conducted at 6:30 p.m. on March 19, 2013 is hereby ratified. Section 3. The petition to vacate the above described City right -of -way shall be heard by the City Council in the Council Chambers, 321 East Fifth Street, at the Council's regular meeting at 6:30 p.m., or as soon thereafter as possible, on March 19, 2013. PASSED by the City Council of the City of Port Angeles at a regular meeting of said Council held on the day of March, 2013. ATTEST: APPROVED AS TO FORM: Janessa Hurd, City Clerk William E. Bloor, City Attorney G \LEGAL \a ORDINANCES &RESOLUTIONS\RESOLUTIONS 2013 \03 Lmd1ey02 13 13 wpd RESOLUTION NO. Cherie Kidd, Mayor E -65 El r 4005 Spruce Street Subject alley area Hazel Street EXHIBIT A Lindley $TV 13-01 11O6 1162 E 66 P W A S H I N G T O N U.S.A. CITY COUNCIL MEMO DATE: March 5, 2013 To: CITY COUNCIL FROM: NATHAN A.WEST, DIRECTOR COMMUNITY AND ECONOMIC DEVELOPMENT SUBJECT: COMMUNITY ECONOMIC REVITALIZATION BOARD GRANT ACCEPTANCE AND AGREEMENT FOR THE WTIP PROJECT TR02 -2003 Summary: The City has received a Grant for $500,000 from the Community and Economic Revitalization Board (CERB). Action is required to proceed with acceptance of the grant. Recommendation: Council should take the following actions: 1) Accept the Grant Award; and 2) Authorize the City Manager to sign the grant documents and make minor modifications as necessary to the grant agreement. Background Analysis: The City has been awarded a $500,000 grant for the Esplanade phase of the Waterfront Development Project. Because this is authorization to receive money for a Council approved and budgeted project, this item has been placed on the consent agenda. Receipt of the grant allows re-. allocation of local project funds to the West End Park phase of the project. As with all Washington State grant opportunities, the grant requires a contract to be signed by the City. The grant also requires a $500,000 match which is more than covered by the September 18, 2012, Council authorization for the project. Staff recommends that Council accept the grant approving the Community Economic Revitalization Board Contract Agreement and authorize the City Manager to execute an agreement and make minor modifications if necessary. Attachment A: Community Economic Revitalization Board Contract S EC OMtC REV(TAL 'ATIQN INVESTING IN WASHINGTON'S ECONOMIC FUTURE Community Economic Revitalization Board Washington State Department of Commerce ED 1011 Plum Street SE Post ©!Tice Box 42525 Olympia, Washington 98504 -2525 Grant Agreement between: City of Port Angeles and Community Economic Revitalization Board For: Project Name: Waterfront Transportation Improvement Plan Contract Number: 13 96303 021 Contract Type: Community Revitalization Grant Execution Start Date: Contract Execution Date (to be filled by the Community Economic Revitalization Board) i 2-4 ;:z f-r4•... .y. Legal Mame City of Port Angeles Contract Number 13-96303-021 Federal Tax ID 91-6001266 State Client SWV0007712-00: City of Port Angeles 13-96303-021 Page 1 of 3 2/14/13 f 1.1■1FORMATIONA Title Waterfront &TransportetionlmOrOyement Plan ProjectCily Port Angeles Project Washington ,Project 98362 andON, Contrat t Amount $500,000.00 Biennium 2011, 2013; Biennitirn Close Date 'June 30, 2013 Earliest Date for Construction Dec 4, 2012 (earliesfdath Orrelmbursiible eicOenClitures) Reimbursement 36-months frorn ontrait,executibn to project completion: 12 months from contract:execution to beak) construction Time of Performance 24 months from start of construction to project completion, not to exceed 36 months in total: E 69 1. Contractor City of Port Angeles 321 East 5th Street Port Angeles, WA 98362- Contract Number: 13-96303-021 Washington State Community Economic Revitalization Board Community Revitalization Grant 3. Contractor Representative N/A S. Contract Amount 6. Funding Source Federal 0 State: $500,000.00 N/A: 0 Signature Print Name Title Date City of Port Angeles 13-96303-021 CONTRACT FACE SHEET 121 Page 2 of 3 2/14/13 2, Contractor Doing Business As (optional) N/A Date 4. CERB Board Repre sentative N/A 7. Contract Start 7. Contract End Date Other: fl Date 36 Months from contract Contract Execution Date execution (provided that funds are re-appropriated into the next biennium.) 9, Federal Funds (as applicable) Federal Agency CFDA Number N/A N/A 10. Tax ID 11. SWV 12. UBI 13. DUNS 91-6001266 SWV0007712-00 14. Contract Purpose The Board, defined as the Washington State Community Economic Revitalization Board, and the Contractor have entered into this Contract to undertake a project that furthers the goals and objectives of the CERB Administered Economic Development, Innovation, Export Grants Program as created in Chapter 2, Laws of 2012, 2nd Special Session, Section 1005. The Board and Contractor acknowledge and accept the terms of this Contract and attachments and have executed this Contract on the date below to start as of the date and year last written below. The rights and obligations of both parties to this Contract are governed by this Contract and the following other documents incorporated by reference: Contract Terms and Conditions including ATTACHMENT 1: PROJECT SCOPE OF WORK; and ATTACHMENT CERTIFICATION OF THE PAYMENT AND REPORTING OF PREVAILING WAGES; ATTACHMENT CERTIFICATION OF AVAILABILITY OF FUNDS TO COMPLETE THE PROJECT. FOR THE CONTRACTOR FOR THE COMMUNITY ECONOMIC REVITALIZATION BOARD Mark Urdahl, Chair ot tne CERB Boara APPROVED AS TO FORM ONLY This 3rd Day oklanuary, 2013 Rob McKenna Attorney General Signature on file Sandra Adix Assistant Attorney General E 70 aty of Port Angeles 13- 96303 -021 Page 3 of 3 2/14/13 Contract Terms and Conditions TABLE OF CONTENTS Part 1. SPECIAL TERMS AND CONDITIONS 3 1.1. DEFINITIONS 3 t2.. AUTHORITY' 3 t3. PURPOSE 3 *1.4. ORDER OF PRECEDENCE' 3 1..5. GRANT AMOUNT 4, 1,6,, CERTIFICATION OF FUNDS 4 1.7. MODIFICATION TO THE ORosiEctto 4 1.8. PROJECT EXPENDITURES ELIGIBLE FOR REIMBURSEMENT 4. 1,9., BILLING PROCEDURES AND PAYMENT 5, 1.10. CERTIFIED PROJECT COMPLETION REPORT AND FINAL PAYMENT 6 1.11. REPORTS 6 112. EVALUATION AND`MONITORING 6 1.13. OWNERSHIP:OF PROJECT/CAP1TAL FACILITIES 7 1.14. CHANGE OF;OWNERSHI p OR-USE FoRcoNTRacTQR pRp.PERTY 7 1.15. CHANGE OF USEFOR LEASED PROPERTY 7 t16. HISTORICAL AND pyLTURALA!R. T1FACTS. 7 t1.7. SIGNAGE,MARKERS, AND, PUBLICATIONS 8 1.18. PREVAILINGWAGE LAW 8, 1.19. INSURANCE '8 1.20. RECAPTURE PROVISION' 10 1.21. REDUCTION 1N FUNDS 11 1.22. 'REAPPROPRIATION 1:1 Part 2. GENERAL TERMS AND CONDITIONS 12 211 DEFINITIONS 12 2:2 ALLOWAE:iLECOSTS 12 2.3. All CONTAINED HEREIN 12 2.4: AMENDMENTS 12 25; AMERICANSVVITH:DISABILITIES ACT (ADA) OF 1990, PUBLIC LAW 101-336, also :referred to as the 'ADA7 28 CFR Part 35 12' 2.6: APPROVAL 13 2.7. ASSIGNMENT 13 2.8: ATTORNEY'S FEES. 13, 2.9: AUDIT 13! 2.10. CODE REQUIREMENTS 14 2.11. CONFIDENTIALITY/SAFEGUARDING OF INFORMATION 14. 2.12. CONFORMANCE '15 2.13: COP.YRIGHT PROVISIONS 15 2:14. DISALLOWED COSTS 15 2.15. DISPUTES 16 216. DUPLICATE PAYMENT 1p 2.17. ETHICS/CONFLICTS OF INTEREST 16 2.18. GOVERNING LAW AND VENUE 16 2.19. INDEMNIFICATION 16, 2.20. INDEPENDENT CAPACITY OF THE CONTRACTOR 17 Contract Terms and Conditions Page 1 E -72 ATTACHMENT f: PROJECT SCOPE OF' WORK ATTACHMENT 0: CERTIFICATION OF PAYMENT AND REPORTING OF4NREVAILING WAGES -ATTACHMENT HI CERTIFICATION OFAVAILABLEFUNDS Contract Terms and Conditions 2.21. INDUSTRIAL INSURANCE COVERAGE 17 2.22. LAWS 17 2.23. LICENSING, ACCREDITATION AND REGISTRATION 18 2.24. LIMITATION OF AUTHORITY 18 2.25. LOCAL PUBLIC TRANSPORTATION COORDINATION 18 Z26. NONCOMPLIANCE WiTH NONDISCRIMINATIONIAWS 18 227. POLITICALACTIVITIES 18 228. PREVAILING WAGE LAWS 18 2.29. Prohibition Against Payment of BontiS'or Commission 18 2.30. PUBLICITY 19 2.31. RECAPTURE 19 2.32. R MAINTENANCE 19 2:33: REGISTRATION WITH DEPARTMENT OF REVENUE 19 2:34. RIGHT OF INSPECTION 19 2.35. SAVINGS 2 19 236. SEVERABILITY 20 237. SUBCONTRACTING: 20 2.38. SURVIVAL 20 2.39. TAXES 20 2.40. TERMINATION FOR CAUSE SUSPENSION 20 2.41. TERMINATION FOR CONVENIENCE 21 2:42. TERMINATION PROCEDURES 21 2.43. WAIVER 21 Page 2 CONTRACT TERMS AND CONDITIONS WASHINGTON STATE DEPARTMENT OF COMMERCE COMMUNITY ECONOMIC REVITALIZATION BOARD COMMUNITY REVITALIZATION GRANT Part t SPECIAL TERMS AND CONDITIONS 1.1. DEFINITIONS As used throughout this Contract the following terms shall have the meaning set forth below: A "Contract" shall mean this Washington State Community Economic Revitalization Board Administered Economic Development, Innovation, and Export Grants Program Contract as created in Chapter 2, Laws of 2012, Section 1005. B. "Contractor shall mean the local government identified on the Contract Face Sheet performing service(s) under this Contract and who is a Party to the Contract, and shall include all employees and agents of the Contractor. C. The Board' shall mean the Washington State Community Economic Revitalization Board created in Revised Code of Washington (RCW) 43.160 and who is a Party to the Contract. D. "Declarations and "Declared" shall refer to the project information, loan terms, and conditions as stated on the Declarations Page of this Contract, displayed within the contract in THIS STYLE for easier identification. 1.2. AUTHORITY Acting under the authority of Chapter 43.160 RCW, the Board has awarded the Contractor a contract for an infrastructure project pursuant to the Board administered Economic Development, Innovation, and Export Grants, Program during the BIENNIUM as shown on the Declarations Page 1.3. PURPOSE The Board and the Contractor have entered into this Contract to undertake an approved project that furthers the goals and objectives of Washington State. The project will be undertaken by the Contractor and will include the activities described in Attachment I: SCOPE OF WORK. The project must be undertaken in accordance with the grant terms and conditions, and all applicable federal, state, and local laws and ordinances, which by this reference are incorporated into this Contract as though set forth fully herein. 1.4. ORDER OF PRECEDENCE In the event of an inconsistency in this Contract, the inconsistency shall be resolved by giving precedence in the following order: A. Applicable federal and state of Washington statutes and regulations, B. Special Terms and Conditions including attachments. C. General Terms and Conditions. Contract Terms and Conditions Page3 E 74 1.5. GRANT AMOUNT The Board shall pay an amount not to exceed the awarded -GRAt'rT AMOUNT as shown on the attached Declarations Page for the eligible costs necessary for or incidental to the performance of work as set forth in the described in Attachment I:SCOPE OF WORK. 1.6. CERTIFICATION OF FUNDS A. The release of state funds under this Contract is contingent upon the Contractor certifying that it has expended or has access to funds from other "as set forth in ATTACHMENT III: CERTIFICATION OF THE -AVAILABILITY OF FUNDS T COMPLETE THE PROJECT to complete all the project activities described in Attachment ".I: SCOPE OF .WORK: Such sources may consist of a combination of any ofthe following: i. Loans -or grants. 11 Eligible project experiditurespriort`o the "of this Contract. 'Cash dedicated.to the project. iv. Funds'availabte through a letter of creditor other binding loan.commitment(s). v. Pledges from foundations or corporations. vi. Pledges from individual donors. vii. The value:of real property when acquired solely for the purposes of this project, as established:and*idenced by a current market -value appraisal performed bya licensed, professional real estate appraiser; or a current property taxstatement: The Board"will not consider appraisals for prospective, values of such property for the purposesof .calculating the amount of rnatching,fund,credit.� viii. to -kind contributions, subject to the Board's approval. B. The Contractor shall `maintain records sufficient t� evidence that, it has access to or has expended funds .from =such sources, and shall. make such records available for�,the, Board's "review upon reasonable request: 1.7. MODIFICATION TO THE PROJECT COSTS This section hasbeen deleted battle retained fordocument continuity. 1.8.- PROJECT EXPENDITURES ELIGIBLE FOR REIMBURSEMENT Payments to the Contractor shall be made on a reimbursement basis only. For the purposes of this Contract,, eligible costs shall be ,construed to mean costs incurred and paid, or,costs incurred,and, payable within thirty (34)' days. Only costs incurred on or after the EARLIEST DATE FOR CONSTRUCTION REIMBURSEMENT as shown in the Declarations; are eligible for reimbursement under this Contract. The: Contractor may be reimbursed- for eligible costs, related 'to the activities identified in Attachment t: SCOPE OF WORK. A. Real property and' costs directly associated with such purchase, when-purchased or acquired solely for the purposes of the project; B." Design, engineering; architectural, -and planning, limited to no more than twenty percent_(20 of the total project cost; C. Archaeological/historical review; D. Construction management and construction observation (from external- sources only), limited to no more than ten percent (14 of the grant award; E. Construction costs including, but not limited t�, the following: 1. Site preparation and improvements; ii. Permits and fees; Contract Terms" and Conditions Page 4 r� Labor and materials; iv. Taxes on project goods, and services; V. Capitalized equipment; vi. information technology infrastructure; and vii. Landscaping. F. Insurance premiums as required in Section 1.19; G. Other costs authorized through the legislation. 1.9. BILLING PROCEDURES AND PAYMENT The. Board shall reimburse the Contractor for project expenditures up- to' the maximurn payable under this Contract. When requesting reimbursement for costs incurred or expenditures made, the Contractor shall submit a: signed and completed Invoice Voucher (Forth A -19), referencing 'the Attachment is SCOPE OF WORK project activity performed,. and any appropnafe documentation. The„ Invoice Voucher must be certified byan official of the Contractor with authority to bind the Contractor. Each Invoce Voucher must be accompanied by a Project Status, Report, which describes, in narrative form, the progress;made on the project since last invoice was submitted, and which may include, but not be limited to: 1.Percent of completion for scope,of work items, 2. Amount-af matching funds ,spent, 3.Othercriteria as the Board may require. The Board will not release payment for any reimbursement'request received until theProject Status Report is. received. After approving the Invoice'' Voucher and Project Status Report, the Board shall promptly remifa warrant to the Contractor. Matching funds must be spent simultaneouslywith the,Board's funds, dollar fordollar ($1 Board to $1 from matching fund) until the Board's funds or matchingfunds are exhausted. Ten percent (1O %),of,the grant award will be withheld until the project is‘ completed and a signed Project Completion Report is received by the Board. The final Invoice Voucher payment shall not occur prior to the completion of all projectactivities as identified in Attachment I: SCOPE OF WORK. The Contractor shall`subrnit all Invoice Vouchers and any required documentation to: Contracts Administration .Unit Department of.Commerce PO Bok 42525,_ Olympia; WA98504-2525 The Board will pay the Coritractbr upon acceptance..of services provided and, receipt of properly completed invoices, which Shall be submitted to the Board not more often than monthly.. Payment shall be considered timely if made by the Board within thirty (30) calendar days after receipt of properly completed invoices. Payment shall be sent to the address designated by the Contractor. The Board may, in its sole discretion, terminate the Contract or withholdpayments claimed by the Contractor for services rendered if the Contractor fails to comply with any term or condition of this Contract. Contract and Conditions Page 5 E =76 No payments in advance or in anticipation of services orsupplies to be provided under this Contract shall be made by the Board. Duolication of Billed Costs. The Contractor shall not bill the Board for services performed under this Contract, and the Board shall not pay the Contractor, if the Contractor is entitled to payment or has been or will be paid by any othersource, including grants; for,that service. Disallowed Costs: The Contractor is responsible for any audit exceptions or disallowed costs incurred by its own organization or theta its°subcontractors. ".10. CERTIFIED PROJECT COMPLETION REPORT AND FINAL PAYMENT The Contractor shall complete a Certified Project Completion Report when activities identified in Attachment I: SCOPE'OF WORK are complete. The;Contractor shall provide thefollowing information to:the Board A. A certified statement' that the project, as described in Attachment I: SCOPE OF WORK, is complete.and,Jf applicable, meetslrequired standards: B. A certified statement of the actual dollar amounts spent, from all funding; sources, irr completing' the projeceas described in Attachment I :SCOPE OF WORK. C. Certification that all costs associated with the, project have been incurred and accounted for Costs are incurred when goods and.services'are received.and%rcontract workis performed. .1.11. REPORTS. The Contractor shall furnish the Board with: A. Project Status Reports with each Irivoice Voucher, B. Certified Project`Completion Report at project completion, and C. Other reports.as the Board.rnay require. The Contractor shall also report, in writing any problems; delays,,,or adverse conditions which will materially affectlhe ability to meet project objectives, time schedules,,,or work units.by the established time period. This disclosure shall be accompanied by a statement of the action taken or contemplated and any :Board assistanceneeded to resolvetthe situation. Upon final request for reimbursement the Contractor shall submit.a Certified Project Completion Report the Board, signed by the C.ontractor's responsible party, which shall include, but not be limited•to, an accounting of all expenditures, and a description of work accomplished (format to.be provided bythe Board). 1.12. EVALUATION ANb'MO?IITORING The Contractor shall, coo`lierate.;with and freely participate in any monitoring or evaluation activities conducted bythe Board, including Site inspections: The Contractor may be• asked by the Board .to provide; photographs, either hard copy or electronically, which visually depict the progress made en theproject. The Board or the .State Auditor and any of their representatives shall have full access -to and the right to examine all of the Contractor's records with 'respect to all matters covered in this Contract. Such shall be permitted to audit, examine, and make; excerpts or transcripts from such records and to make audits of all contracts, invoices, materials, `payrolls; and ,records of matters covered by this Contract. Such rights last for silt (6) years from the date.final payment is :made. Contract Terms and Conditions Pages t= 113. OWNERSHIP :OF PROJECT/CAPITAL FACILITIES The Board makes no claim to any real property improved or constructed with funds awarded under this Contract and does' not assert and will not" acquire' any ownership interest in or title to the capital facilities and/or equipment constructed or purchased with state- funds under this Contract: This provision does not extend" to claims that the Board may bring against the Contractor recapturing funds expended in violation of this. Contract. 1.14. CHANGE'OF O1flWNERSHIP'OR USE FOR CONTRACTOR -OWNED PROPERTY The Contractor understands and agrees-thatany oral/ assets acquired, constructed „or otherwise improved by the Contractor using the funds under this Contract shall` be held and "used by the Contractor for the purposes stated in Attachment l:, SCOPE OF "WORK for a.period of at least ten (10) years from the date'the final payment is"made. This provision shall not be construed to prohibit the Contractor from selling any property,or properties descnbed in "this. section; Provided, -that any such sale shall be subject to prior,review. and approval by the Board, and that all :proceeds from such sale shall be apptied.to.the purchase price of:a'different faciiity:or facilities of equal or greater vaJue than "the original” facility and that any such new facility or facilities will be used for "the purpose or purposes stated elsewhere in this contract: For a period of"at least ten (10) years from the data the final payment is made, in the event that the Contractor decides to change `or transfer ownership any or all assets acquired, constructed, or. otherwise improved by the Contractor using the funds under this Contract, the Contractor agree that any such decision or action must be. submitted in "writing""and approved by.'.the.Board in writing< :at leastthirty (3O) days,prior to the execution of such decision'oraction. In the event the Contractor is found to be out of cornpliance'.with" this section the Contractor shall repay 603h/ideal amount of the grant'as' statedini.Section' 1.5, plus interest calculated of the rate of. interest on State of Washington general obligation. bonds issued most closely to' the. effective d .of :the legislation" in Which the grant., program was authorized. Repayment shall be made- pursuantto Section 1.20. Recapture Provision. 1.15. CHANGE OF. USE FOR LEASED PROPERTY The Contractor understands and agrees that any facility" leased by the Contractor that is constructed, renovated, orotherwise improved using state funds under this Contract shall be used by forthe purposes stated in Attachment 1: ,SCOPE OF'WQRK for a period' of at least ten (10),years from the date the final payment is made. In the event the: Contractor is, found to -be out of compliance" with. this section, the Contractor shall repay the principal amount of the grant as stated in Section 1,5, plus interest calculated at the rate, of interest on State of Washington, general obligation bonds issued most closely *the effective date of the legislation in which the grant program' was authorized. Repayment shall be made pursuant to Section 1.20. Recapture, Provision. 1.16. HISTORICAL AND CULTURAL ARTIFACTS Prior to commencing construction, Contractor shall complete the requirements of Governor's Executive. Order 05-05, or, as a substitute for completion:of Governor's .Executive :Order 05-05, Contractor shall complete Section 106 of the National. Historic Preservation Act. Contractor agrees that the Contractor islegally and financially responsible for compliance with all laws, regulations, and agreements related to the preservation of historical or cultural artifacts and agrees to hold harmless the Board and the State of Washington in relation to any claim related to such historical or Contract Terms and Conditions Page 7 C -78 cultural artifacts discovered, disturbed, or damaged as a result of the project funded by this Contract. In addition; to the requirements set forth in this Contract, Contractor shall, in accordance with Govemor's Executive Order 05-05; coordinate with the Washington State, ,Department of Archaeology and, Historic. Preservation,(DAHP), :including any recommended consultation.,with any affected tribe(s), during project design,:and prior to construction to determine the existence of any tribal cultural resources affected by the proposed project 'funded fl this; Coritrait.; Contractor agrees to avoid, minimize, or mitigate impacts to.the cultural resource as a continuing pre requisite to receipt of funds under this Contract. The :Contractor agrees that,. unless theContractor is-proceeding under an approved historic:al and cultural monitoring plan or other memorandum. of agreement, if historical or cultural artifacts are discovered during 'construction, the Contractor shall immediately stop: construction and notify the local historical preservation officer and the state's historical preservation officer at DAHP. If:buman' remains are uncovered, the Contractor shall report the.presence and,location of the remains to the coroner and _local enforcement immediately, 'then contact the concerned' tribe's ;cultural staff or committeeand the DAHP:., The.Contractor shall require th is, provision. to: be contained. in all sut contracts for work or services; related fo Attachment I: SCOPEOF WORK. in.additior to the requirements 'set forth in this :Contract, Contractor :agrees to. comply with RCW 27.44 regarding Indian Graves, and Records;'. RCW 27.53: ;regarding Archaeological Sites and Resources; RCW 68.60 regarding Abandoned and Historic Cemeteries and: Historic Graves; and,, WAC 25- 48'regarding Archaeological Excavation and'Removai'Permits_ Completion of the Section 106 of the National Historic Preservation Act shall substitute for. completion:Of Governor's Executive Order,05 -05.. In the event that Contractor finds it necessary to amend Attachment I: SCOPE:OF WORK, the Cantractor.,may,berequired to re- comply with Governor's Executive Order05 -05 or :Section 106 of thei NationeI'H1storic Preservatiori, Act. 1:17. SiGNAGE; MARKERS. AND PUBLICATIONS If, during 'the, period covered by this Contract, the Contractor displays or circulates any communication, publication, or donor recognition identifying:the financial- participants in the project any such communication or publication must:. identify "The Community Economia Revitalization- Board" as a participant. 1.18. PREVAILING WAGE LAW The project, funded under this Contract is subject to state prevailing wage law (Chapter 39.12 RCW). The Contractor is advised to consult the Industrial Statistician at the Washington Department° of Labor and:Industries to: determine the prevailing wages that must, be paid. The Board is not responsible for determining the prevailing wages applying to this project or for any prevailing wage payments that may be required law., 1.19. INSURANCE A. Private Organizations The Contractor shall provide insurance coverage as set out in this section. The intent of the. required insurance is lo protect the State. of Washington should, there be any claimS, suits, actions; costs, damages, or expenses arising from any Toss, or negligent or intentional actor omission of theContractor or its subcontractors, or agents of either, while, performing under the terms of this Contract. Contract Terms and Conditions Page '8 The insurance required shall be issued by an insurance company authorized to do business within the State of Washington. Except for Professional Liability or Errors and Omissions: Insurance, the insurance shall name the State of Washington, its agents, officers, and employees, as additional; insureds under the' insurance. policy. All policies shall be primary to "any other valid and collectableinsurance: The Contractor shall instruct`the insurers to-give the Board thirty '(30) calendar days advance notice of any insurance cancellation or modification. Th.e Contractor`shall subrnit.to the Board'withinfifteen (15) calendar days, of-the Contractstart date, a certificate of insu ranee, which outlines the coverage and ,limits required under this insurance section. During the term of the Contract, the Contractor shall ',submit' renewal certificates not less than "thirty (30) calendar 'days prior' to expiration of each policy required under this Section. The Contractor shall provide.insurarrce Overage that shall, be maintained in force. and effect during theter m of this Contract, as follows: Commercial General Liability Insurance. Policy. Provide a Commercial General, Liability Insurance Policy, '.including contractual liability, written an ,occurrence basis, inadequate quantity to protect against legal, liability arising out of Contract activity but no less than $1,000,000 per occurrence. Additionally, the Contractor is responsible for ensuring, that any subcontractors provide adequate insurance coverage for the activities arising° out of subcontracts. AutornobileLiabilitv,, in the,event that performance pursuant to.this. Contract involves the use of vehicles, owned or operated by the Contractor Or its subcontractors, automobile liability insurance shall be required. The minimum limit for automobile liability is $1,000,000 per occurrence, using'a Combined' Single Limit for bodily injury; and "property`damage, Professional Liability. Errors. and Omissions. Insurance. The Contractor' shall, maintain Professional; Liability or Errors. and Omissions Insurance. The Contractor, shall_ -maintain minimum limits •of no less than $1,04000 per occurrence to cover all activities by the Contractor and licensed staff employed -'or under Contract to Contractor. TheState Washington,: its ,agents,, officers,.: and, employees need'. not be named; as additional insureds under this policy. Fidelity Insurance. Every officer, director, employee,, qr agent •,whe ;,is authorized to act: on behalf of the Contractor for the purpose of receiving or= depositing funds into program accounts orissuing financisi documents,. checks, or other instruments of payment for program costs shall -beinsured to provide protection against lass: 1 The amount of fidelity coverage secured pursuant to this Contract shall be $100,000 or the highest of planned reimbursement for the Contract period, whichever is, lowest. Fidelity insurance secured pursuant to this paragraph shall name the Contractor as beneficiary. it .Subcontractors; that receive $10,000 or more per syear in funding through this Contract shall secure fidelity insurance as noted :above. Fidelity insurancesecured by .subcontractors pursuant to this ,paragraph shall name the Contractor as beneficiary.. The Contractor shall provide, at the Board's request, copies of insurance instruments or certifications from :the.insurance issuing agency. The copies or certifications: shall show the insurance coverage, the- designated beneficiary,- who is covered, the amounts, the period of coverage, and that the Board will be provided thirty, (30) days advance written notice of cancellation. B. Self- Insured Contractors With priorapproval ;"from the Board, the Contractor may provide insurance coverage undera self-insured/liability pool or self insured risk management program, In order to obtain permission from the,Board, the Contractor shall provide; Contract Terms and Conditions Page 9 E -80 i. a description of its self insurance program, and ii. a certificate and /or letter of coverage that outlines coverage, limits, and deductibles. Ail self-insured risk management programs or self-insured/liability pool financial reports must comply with Generally Accepted Accounting Principles '(GAAP) and adhere to accounting standards promulgated by: 1. Govemrnental Accounting Standards Board (GASB), ii. Financial Accounting Standards Board (FASB), and The Washington State Auditor's.annual instructions for financial `reporting. Contractors participating in;joint risk pools shall. maintain sufficient documentation to support the aggregate claim liability information reported on the 'balance sheet. The State of Washington, its agents, and employees need nat be named as additional insured undere self insured property /liability pool; if the pool is prohibited from naming third parties as additional insured. Contractor shall provide annually to the Board a,summary of coverages anda letter of self- insurance, evidencing continued coverage under Contractor s selfinsured/tiability pool self= insured risk management program. Such annual sumrnary of,caverage and letter of self insurance will be provided on the anniversary of thestartdate of this Contract Emplovers Liability e'Stop Gaol insurance. In .addition, the Contractor shall buy employers liability. insurance and, :if necessary; commercial umbrella liability' insurance with :limits not less than..$1.;000,000 each accident for bodily injuryby.�accident of $1 each emptoyeefor ,bodily injury or disease. Excess Coverage. Byrequiringinsurance herein,, the Board does. not` represent,that..coverage and limits Will be adequate to. protect Contractor and such coverage and limits shall' not.limit Contractor's _liability' under the indemnities and reimbursements- granted to the Board in this Contract: Unemolovment and Industrial Insurance. The Contractor shall be in full compliance with all state unemployment and industrial. insurance taws while, performing work under thts The Board will not be responsible for payment of'industrial insurance premiums or for any other claim or benefit for the Contractor, or any subcontractor er employee of the Contractor, which mightarise.under the.industrial insurance laws during performanceof this Protection of Proiect Property. Contractor's Assumption of Risk. The Contractor shalt continuously maintain adequate protection, of all the project work from damage and shall protect the property from injury ar loss arising in connection with this Contract. The entire work of the Contractor shall be at :the sole risk of the Contractor. The Contractor may elect to secure fire, extended coverage, and -vandalism' insurance or all risk' insurance- to cover the project work during the course of constnaction: The Contractor shall take all necessary precautions for the safety of empioyees; working on the project, and shall comply with all applicable _provisions of federal,, state„ and local safety laws 'and building codes to prevent accidents. or injuries to persons, on, about, or'adjacent to the premises where work is being performed. 1.20. RECAPTURE PROVISION In.the, event>that the Contractor faits tci expend,state.funds in- accordance with state taw and/or the, provisions of this Carted, the Board reserves the right to recapture state funds in an amount equivalent to the extent of noncompliance. Repayment by the Contractor of state fund s under this recapture provision 'shall occur within thirty (30) clays of demand.. in the event that the Board required to institute proceedings to enforce this recapture provision, the Board' shall be'entitled to its cost thereof, including reasonable attorney's fees. Coritract:Terms'and Conditions Page 1,0 1.21' REDUCTION \NFUNDS In the event state funds appropriated for the work contemplated under this Contract are withdrawn, reduced, or limited in any way by the Washington State Govemor or Legislature during the Contract period, the parties hereto shaH be bound by any such revised fundinQ/hnhaUonnamimp|amentednt the discretion of the Board, and shall meet and renegotiate the Contract accordingly. 1.22. REAPPROPRIATION The parties hereto understand and agree that a state funds, including the ten percent retainage as described in Section 1.9, not expended by the BIENNJUM CLOSE DATE listed on the Declarations Page will lapse on that date unless specifically reappropriated by the Washington State Legistature, in a budget or budget amendment proposed bvtheLeQin/adun~mrGcmemor,and approved as law. The Board wifl make aR necessary efforts to seek reappropriation of funds into the next biennium fotiowing the declared BENN1UM, If funds are so reappropriated, The Board's obligation under the terms of this Contract shall be contingent upon the terms of such reappropriation. Contract Terms and Conditions Page 11 2.1. DEFINITIONS As used throughout this Contract, the;following terms•shall the meaning set_forth below' A. "Authorized Representative" shall Mean the Washington: State Community Economic ,Revitalization;Board Chair and/or the designee authorized in writing to act on the Chair's, behalf. "Contractor" shall mean the entity identified on the face sheet performing service(s) under this•Contract;,and shall, include all and agents of the Contractor. C. "Board" shall mean the Washington State Community omic Revitalization,T Board created in Revised Code of Washingt ©n (RCW) 43.150 and which is a Party to the Contract D. "personal Information° shall mean information'identifiable to any person, including, but not Milted to, information that relates to a person's name, health,., finances, education, business,•, use :or receipt of governmental services or ether addresses, telephone numbers, social security slumbers, driver license numbers, other identifying numbers, and:a any financial identifiers. E. "State°rshall mean.the stateofWashington. F. "Subcontractor'° shall mean one not in the employment of the 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. B. 2.2: ALLOWABLE COSTS Costs allowable under,;this Contracture actual expenditures<'according to an epproved'budget up to the maximum amount stated �n the Contract Award or Amendrnent Face Sheet. 2.3.- ALL WRITINGS CONTAINED HEREIN This Contract ;contains all the -terms and conditions agreed u r pon .by, the, parties. 'No other oral or otherwise; regarding subjectmatter of this Contract shall, be deemed to exist or to bind any of the parties hereto. 2A. AMENDMENTS Part 2. GENERAL TERMS AND CONDITIONS This Contract may be`.amended by mutual agreementof_the,perties. :Such amendments shall not be binding unless'they are in writing and signed by personnel authorized'to bindeach of parties. 2.5. AMERICANS WITH DISABILITIES ACT (ADM OF 1990. PUBLIC LAW 101 =336. ALSO REFERRED:TO AS THE "ADA" 28 CFR PART 35 The. Contractor Must-comply with theADA, which provides comprehensive civil rights ,protection to individuals with disabilities in the areas of employment, public accommodations, state and local government services, 'and-telecommunications: Contract Terms and Conditions Page 12 2.6. APPROVAL This contract shall be"subject to the written approval of the Board's Autharized'Representative and shall not be binding until so approved. The contract may be altered, amended; or waived only by a written amendment- executed by both parties. 2.7. ASSIGNMENT Neither this Contract, nor any claim arising under this Contract, shall be transferred or assigned by the Contractor without prior written consent of the Board. 2.8: °ATTORNEY'S'FEES Unless expressly permitted under another provision of the Contract, in the event of litigation or other:action brought :to enforce Contract terms, each party agrees to bear its own attorney's,fees and costs. 2.9. AUDIT A. General'Reauirementa Contractors areto procure audit services based on the following guidelines.. The Contractor shall Maintain its, records and`accounts so as to:facilitate.the audit requirement and shall ensure that Subcontractors also maintain auditable records. The Contractor is.responsible for any audit exceptions incurred by;its own; organization orthat of its Subcontractors. THE BOARD. reserves the right to recover from the Contractor all disallowed "costs, resulting from the..audit As applicable, "Contractors required ta.have an audit must ensure the audits-are pertain* in accordance with Generally Accepted Auditing Standards; (GAAS); Government °Auditing° Standards (the :Revised: Yellow Book) developed by the Comptroller General. Responses to,any unresolved management findings and disallowed or questioned, costs ,shall be included with the "audit report. The Contractor must respond to the BOARD requests for information or corrective action concerning audit issues within thirty, (30) days of the date of request. B. STATE FUNDS Contractors expending $100,000 or more in total state funds in-:a fiscal, year must have a financial audit 'as defined by Government Auditing Standards (The Revised Yellow Book) and according to Generally,Accepted Auditing Standards (GAAS). The Schedule of State Financial Assistance must be,inctuded. The schedule includes: Grantor agency name State program"name, BARS account number Grantor Agency contract number Contract award amount including amendments (total grant award) Beginning balance, Current year revenues Current year expenditures Ending balance Program total Contract Terms and Conditions Page 13 E 84 If the Contractor is a state or local government entity, the Office of the State Auditor shall conduct the audit. Audits of non profit organizations are to be conducted by a certified public accountant selected by the Contractor. The Contractor shall include the above audit requirements in any subcontracts. In any case, the Contractor's financial records must be available for review by the Board C. Documentation Reauirements The Contractor must send a copy of any required audit Reporting Package as described in OMB Circular A -133, Part C, Section 320(c) no later than nine (9) months after the end of the Contractor's fiscal year(s) by sending a scanned copy to auditreviewC&?commerce.wa.aov or by sending a hard copy to: Department of Commerce ATTN: Audit Review and Resolution Office 1011 Plum Street PO Box 42525 Olympia WA 98504 -2525 In addition to sending a copy of the audit, when applicable, the Contractor must include: Corrective action plan for audit findings within three (3) months of the audit being received by the BOARD. Copy of the Management Letter. 2.10. CODE REQUIREMENTS All construction and rehabilitation projects must satisfy the requirements of applicable local, state, and federal building, mechanical, plumbing, fire, energy and barrier -free codes. Compliance with the Americans with Disabilities Act of 1990, 28 C.F.R. Part 35 will be required, as specified by the local building Department. 2.11. CONFIDENTIALITY /SAFEGUARDING OF INFORMATION A. 'Confidential Information' as used in this section includes: 1. All material provided to the Contractor by the BOARD that is designated as "confidential" by the BOARD; 2. All material produced by the Contractor that is designated as 'confidential' by the BOARD; and 3. All personal information in the possession of the Contractor that may not be disclosed under state or federal law. "Personal information° includes but is not limited to information related to a person's name, health, finances, education, business, use of government services, addresses, telephone numbers, social security number, driver's license number and other identifying numbers, and "Protected Health Information" under the federal Health insurance Portability and Accountability Act of 1996 (HIPAA). B. The Contractor shall comply with all state and federal laws related to the use, sharing, transfer, sale, or disclosure of Confidential Information. The Contractor shall use Confidential Information solely for the purposes of this Contract and shall not use, share, transfer, sell or disclose any Confidential Information to any third party except with the prior written consent of the BOARD or as may be required by law. The Contractor shall take all necessary steps to assure that Confidential Information is safeguarded to prevent unauthorized use, sharing, transfer, sale or Contract Terms and Conditions Page 14 -bb disclosure of Confidential Information or violation of any state or federal laws related thereto. Upon request, the Contractor shall provide the BOARD with its policies, and procedures on confidentiality.. The BOARD; may require changes to such policies_ and, procedures as;theyapply to this Contract whenever the BOARD reasonably determines that ";changes are necessary to prevent unauthorized disclosures. The Contractor shallmake the changes within the time period specified by the BOARD. -Upon request; the,, Contractorshall'immediatelyretuin to the BOARD any Confidential information that the BOARD 'reasonably determines has not been adequately protected by the Contractor. against unauthorized disclosure. C. Unauthorized Use or Disclosure. The Contractor shalt notify the BOARD within five(b) working days of any unauthorized_ use or disclosure of any confidential information, and shall take necessary.steps to mitigate the harmful effects of.such.use &disclosure. 2.92. CONFORMANCE if'any provision of this contract "violates any statute or rule of law of the state of Washington, it is considered modified to conform to that statute or rule of taw. 2.13. COPYRIGHT PROVISIONS Unless otherwise provided, all Materials' produced under this Contract shall be-Considered "works for hire" as defined by the U.S. Copyright.Act and shall be owned by BOARD. TheBOARD shall be considered the author of such Materials. In the event-the Materials are: not. considered "works :for hire "=under the U.S. Copyright :laws, the Contractor hereby irrevocably assigns alt. right title, and interest in all Materials, including all intellectual property rights, moral rights, and rights of publicity.to-the BOARD effective from the momentof creation of such Materials. "Materials" means all items in any format and includes, but is not; Limited to, data, reports, documents, pamphlets,_ advertisements, books, magazines, surveys, studies, computer programs, films, tapes,. and /or sound reproductions. "Ownership." includes: the right to copyright, patent, register and theability to, transfer these rights. For Materials thatare delivered' under the Contract, butthat incorporate pre existing materials-riat produced under the Contract,,. the Contractor hereby. grants tothe BOARD a nonexclusive, royalty free, irrevocable license (with, rights to sublicense to others) in such Materials to translate, reproduce, distribute, prepare derivative works; publicly perform, and, publicly display. The Contractor warrants and represents. thattthe Contractor has all, rights and permissions; including intellectual property rights, moral; rights and rights of publicity, necessary to grant such a license to the BOAR The Contractor shall' exert.alt reasonable effort to advise.the BOARD, at the time of delivery of Materials furnished under this Contract;. of all known or 'potential invasions of privacy.; contained therein and of any portion of such document vrhich.wae not produced in the performance-of this Contract. The Contractor shall provide the BOARD with prompt written ,notice'of each notice or claim of infringement received bythe Contractor.` with respect to any Materials delivered under this Contract. The BOARD shall have the right to modify or remove any_ restrictive -markings placed upon the.Materials bythe Contractor. 2.14. DISALLOWED COSTS The Contractor is responsible for'' any audit exceptions or disallowed costs incurred by its own organization or that of its Subcontractors. Contract Terms, and Conditions Page 15 C -86 2.15. DISPUTES Except as otherwise provided in this Contract, when a dispute arises between the parties and it cannot be resolved by.direct negotiation,,-either party may request a dispute hearing with the Char of the BOARD, who may designate a neutral person to decide the dispute. The request fo_r, a dispute: hearing ,must: bein writing; state the disputed issues; state the relative.positions_ of the parties; state the Contractors nariie, address, and Contract- number; and be mailed to the Director and the other party's (respondent's) Contract Representative within `three (3)).working days`after the parties agree:that they cannot resolve.the.dispute. The respondent shall 'send a written answer to the requestor's statementto both the Director or the Director's designee requestor within, five, (5) working days. The Director or designee shall review the written statements and reply in.writing'.to both parties within ten (10) working, days. The Director or designee may extend this period if necessary by notifying°the parties. The decision shall not be admissible in any succeeding judicial or quasi- audicial proceeding. The parties agree that; this dispute process shall precede Any action in a judicial or quasi judicial: tribunal. Nothing in this Contract shall be construed to limit the parties' _choice of a rriutuatly acceptable altemate dispute resolution (ADR) method' in. to the dispute .hearing p ocedure_autlined above. 2.16. DUPLICATE PAYMENT The. Contractorcertifies that work;to be performed under this contract doees not d.uplicateany work to be charged any other contract, subcontract;, or other source. 2.17. ETHICSICONFLICTS INTEREST In performing under this:Contract, the Contractor-shall assure compliance with the Ethics„ in Public Service Act (Chapter 42. RCW).and any other applicable state,or federal law related t6 ethics Or conflicts:of interest. 2.18. GOVERNING LAW AND VENUE This Contract shall be construed and 'interpreted in accordance with the laws of the state of Washington, and the venue of any action brought hereunder :.shall be in the Superior Court .for Thurston County. 2.19. INDEMNIFICATION To the fullest extent permitted by law, the.Contractor shall indemnify, defend, and hold harmless the state. of .Washington, ;the BOARD,, all other agencies of 'the state and all officers, agents and employees of the .state, from and against all or damages injuries to persons or property" or death arising out of or incident:to the Contractor's performance or failure to perform the'Contract. The Contractor's obligation to.,indennnify, defend, and hold harmless includes any claim by the Contractor's agents, employees; representatives, or any.Subcontractcrr'dr its agents, employees; or representatives. Contract Terms and Conditions Page 16 E -87 The Contractor's obligation to indemnify, defend, and hold harmless shall not be eliminated by any actual or alleged concurrent negligence of the state or its agents, agencies, employees and officers. Subcontracts shalt inclride a comprehensive indemnification clause holding harmless the Contractor, THE BOARD, the state of Washington, its officers, employees and authorized agents. The Contractor waives its immunity under Title 51 RCW to the extent it is required to indemnify, defend and hold harmless the state and its agencies, officers, agents or employees. 2.20. INDEPENDENT CAPACITY OF THE CONTRACTOR The parties intend that an independent contractor relationship will be created by this Contract. The Contractor and its employees or agents performing under this Contract are not employees or agents of the state of Washington or the BOARD. The Contractor will not hold itself out as or claim to be an officer or employee of the BOARD or of the state of Washington by reason hereof, nor will the Contractor make any claim of right, privilege or benefit which would accrue to such officer or employee under law. Conduct and control of the work will be solely with the Contractor. 2.21. INDUSTRIAL INSURANCE COVERAGE The Contractor shall comply with all applicable provisions of Title 51 RCW, Industrial Insurance. If the Contractor fails to provide industrial insurance coverage or fails to pay premiums or penalties on behalf of its employees as may be required by law, The BOARD may collect from the Contractor the full amount payable to the Industrial Insurance Accident Fund. The BOARD may deduct the amount owed by the Contractor to the accident fund from the amount payable to the Contractor by the BOARD under this Contract, and transmit the deducted amount to the Department of Labor and Industries, (L&1) Division of Insurance Services. This provision does not waive any of L &I's rights to collect from the Contractor. 2.22. LAWS The Contractor shall comply with all applicable laws, ordinances, codes, regulations, and policies of local, state, and federal governments, as now or hereafter amended, including, but not limited to: Washington State Laws and Regulations A. Affirmative action, RCW 41.06.020 (11). B. Boards of directors or officers of non profit corporations Liability Limitations, RCW 4.24.264. C. Disclosure- campaign finances- lobbying, Chapter 42.17 RCW. D. Discrimination -human rights commission, Chapter 49.60 RCW. E. Ethics in public service, Chapter 42.52 RCW. F. Housing assistance program, Chapter 43.185 RCW G. Interlocal cooperation act, Chapter 39.34 RCW. H. Noise control, Chapter 70.107 RCW. I. Office of minority and women's business enterprises, Chapter 39.19 RCW and Chapter 326-02 WAC. J. Open public meetings act, Chapter 42.30 RCW. K. Prevailing wages on public works, Chapter 39.12 RCW. L. Public records act, Chapter 42.56 RCW. M. Relocation assistance real property acquisition policy, Chapter 8.26 RCW. N. Shoreline management act of 1971, Chapter 90.58 RCW. O. State budgeting, accounting, and reporting system, Chapter 43.88 RCW. P. State building code, Chapter 19.27 RCW and Energy related building standards, Chapter 19.27A RCW, and Provisions in buildings for aged and handicapped persons, Chapter 70.92 RCW. Contract Terms and Conditions Page 17 C -88 Q. State Coastal Zone Management Program, Publication 01 -06 -003, Shorelands and Environmental Assistance Program, Washington State Department of Ecology. R. State environmental policy, Chapter 43.21C RCW. S. State Executive Order 05-05 Archeological and Cultural Resources. 2.23. LICENSING. ACCREDITATION AND REGISTRATIO The Contractor shall comply with all applicable local, state, and federal licensing, accreditation and registration requirements or standards necessary for the performance of this Contract. 2.24. LIMITATION OF AUTHORITY Only the Authorized Representative or Authorized Representative's designee by writing (designation to be made prior to action) shall have the express, implied, or apparent authority to alter, amend, modify, or waive any clause or condition of this Contract. 2.25. LOCAL PUBLIC TRANSPORTATION COORDINATION Where applicable, Contractor shall participate in local public transportation forums and implement strategies designed to ensure access to services. 2.26. NONCOMPLIANCE WITH NONDISCRIMINATION LAWS During the performance of this Contract, the Contractor shall comply with all federal, state, and local nondiscrimination laws, regulations and policies. In the event of the Contractor's non- compliance or refusal to comply with any nondiscrimination law, regulation or policy, this contract may be rescinded, canceled or terminated in whole or in part, and the Contractor may be declared ineligible for further contracts with the BOARD. The Contractor shall, however, be given a reasonable time in which to cure this noncompliance. Any dispute may be resolved in accordance with the "Disputes* procedure set forth herein. 2.27. POLITICAL ACTIVITIES Political activity of Contractor employees and officers are limited by the State Campaign Finances and Lobbying provisions of Chapter 42.17 RCW and the Federal Hatch Act, 5 USG 1501 -1508. No funds may be used for working for or against ballot measures or for or against the candidacy of any person for public office. 2.28. PREVAILING WAGE LAWS The Contractor certifies that all contractors and subcontractors performing work on Project shall comply with state Prevailing Wages on Public Works, Chapter 39.12 RCW, as applicable to the Project funded by this contract, including but not limited to the filing of the 'Statement of Intent to Pay Prevailing Wages" and °Affidavit of Wages Paid' as required by RCW 39.12.040. The Contractor shall maintain records sufficient to evidence compliance with Chapter 39.12 RCW, and shall make such records available for the Board's review upon request. 2.29. PROHIBITION AGAINST PAYMENT OF BONUS OR COMMISSION The funds provided under this Contract shall not be used in payment of any bonus or commission for the purpose of obtaining approval of the application for such funds or any other approval or concurrence under this Contract provided, however, that reasonable fees or bona fide technical Contract Terms and Conditions Page 18 E 89 consultant, managerial, or other such services, other than actual solicitation, are not hereby prohibited if otherwise eligible as project costs. 2.30. PUBLICITY The Cantractor agrees not to publish or use any advertising or publicity 'materials in Which the Washington State Community Economic Revitalization Board's is mentioned, or language' used from which the connection with the. BOARD's name may reasonably be inferred or implied, Without the prior written consentof the BOARD. :2.31 in the "event that the Contractorfails to: perform`this contract in_accordance.with state laws, federal laws, and/or the provisions of this- contract,;The the right' to recapture, funds in-an amount to compensate the BOARD for the noncompliance in addition 'to any other remedies available at law or in equity. Repayment by the Contractor of. funds under this recapture provision shall .occur within the.time period specified by the BOARD. In the alternative, The BOARD may recapture' such funds from payments due under this contract. 2.32. RECORDS MAINTENANCE The dontractor shall maintain a !!-.books,' records,. documents, data.and °other evidence retating'ta this Contract and performance of the ,services described herein, including but not limited to accounting. procedures and practices which sufficiently and properly reflect all direct ,and. indirect :costs df any nature expended in'the performance of this: Contract:, Contractor shall retain such "records for a period of six years following the date. of final payment. .Ifany litigation, claim or audit is- started before the,-expiration of thesix (6 ).,year period, the:records: shall be�retained, until all litigation, claims; or audi findings involving the records .have been finally. resolved. 2.33. REGISTRATION WITH DEPARTMENT OF REVENUE If requiredby law, the Contractorshalf complete registration= with- the..Wasliington'State Department of Revenue. 2.34. RIGHT OF INSPECTION., At no additional .cost all records relating.to the Contractor's:performance, u nder this Contract shaft, be subject:at all reasonable times'.to inspection, review,'and audit by the BOARD, the Office ate' State Auditor, and federal;and state officials so authorized by law, in order to monitor and evaluate performance, carnpliance,, and quality assurance under this Contract. The Contractor shall" provide access to its facilities for this.purpose. 2.35. SAVINGS 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'BOARD may terrninate.the Contract under the 'Termination for Convenience" clause, without the ten business day notice requirement. In .lieu of termination, the Contract may be amended to reflect the new funding limitations and conditions: Contract Terms and Conditions :Page 19 E-- 90 2.36. SEVEFABiLITY If any provision of this Contract or any provision of any document incorporated by reference shall be held invalid, such invalidity shall not affect the other provisions of this Contract that can be given effect without the invalid provision, if such remainder conforms to the requirements of law and the fundamental purpose of this Contract and to this end the provisions of this Contact are declared to be severable. 2�7, SUBCONTRACTING The Contractor may only subcoritract work contemplated under this Contract if it obtains the prior written approval of the BOARD. If the BOARD approves subcontracting, the Contractor shalt maintairi wntten procedures related to mubcontrmcing, as well as copies of all subcontracts and records related to subcontracts. For cause, the BOARD in writing (a) require the Contractor to amend its subcontracting procedures as they relate to this Contract (b) prohibit theCpnhautor6nmn subcontracting with a particular person or entity; or (c) require the Contractor to rescind or amend a subcontract. Every subcontract shall bind the Subcontractor to follow all applicable terms of this Contract. The Contractor is responsible to the BOARD if the Subcontractor fails to comply with any |icob|e term or condition of this Contract. The Contractor shall appropriately itor the activities of the Subcontractor to assure fiscal conditions of this Contract. In no event shall the existence of a subcontract operate to release or reduce the liability of the Contractor to the BOARD for any breach in the performance of the Contractors duties. Every subcontract shall include a temi that the BOARD and the State of Washington are not liable for claims or damages arising from a Subcontractor's performance of the subcontract. 2.38. SURVIVAL The terms, conditions, and warranties contained in thi5 Contract that by their sense and context are intended hn survive the completion cf the performance, cancellation orternuination of this Contract shall so survive. 2.39. TAXES All payments accrued on account of payroll taxes, unemployment contributions, the Contractor's income or gross receipts, any other taxes.inauroncooraxpenoemforthoConbmcbororitsobaff shall be the sole responsibility f the Contractor. 2.40. TERMINATION FOR CAUSE F SUSPENSION In event the BOARD deterrnines that the Contractor failed to comply with any term or condition of this Contract, the BOARD may terminate the Contract in whole or in part upon writte notice to the Contractor. Such termiriation shall be deemed for cause. Terrnination shaU take effect ori the date specified in the notice. /n the alternative, the BOARD upon written notice may alfow the Contractor a specific period oftima in which 10 correct th non-compliance, During the corrective-action Umm period, the BOARD may suspend further paymen to the Contractor in whote or in part, or may rest the Contractor's right to perform duties under this Contract. Failure by the Contractor to take timely, corrective action shall allow the BOARD to terminate the Contrac upon writteri notice 10 the Contractor. Contract Terms and Conditions Page 20 E-91 "Termination for Cause" shall be deemed a "Termination for Convenience' when the BOARD determines that the Contractor did .not fail to comply with the terms of the C ontract or when the BOARD determines the;failure was not caused by the Contractors.actions,orinegtigence. If the Contract is terminated•for cause, the Contractor shalt be liable for damages as authorized by law, including, but not limited to, any .cost difference between the original _contract and the replacement contract, as well as all costs associated with entering into the reptacerrient contract: (i.e., competitive bidding, mailing, advertising, and staff time). 2.41. TERMINATION FOR CONVENIENCE Except as otherwise provided in this Contract, BOARD.may, by ten (9O),- business :days•written notice, beginning on the second day,after the mailing-terminate this.Contract, in whole or in part. If this Contract is so terminated, the BOARD ,shall be liable only for payment required; under the terms of this Contract for services rendered or goods, delivered prior to theeffective date:of termination. 2.42. TERMINATION PROCEDURES After receipt of a notice of termination, except as otherwise .directed the•BOARD, >.the Contractor shall: A: Stop work under the Contraction the date,,and to the extent specified, :in -the notice;' B. Place no further orders or 'subcontracts for materials, services, or facilities related to the Contract; C•. Assign to the BOARD•atl of the rights, -title, and interest of the Contractor under.the orders and subcontracts so terminated, in which case the BOARD tics the .right, at its discretion, to settle or pay any or all ,claims.; arising, of the termination „of such orders and subcontracts.. Any attempt by the Contractor to settle such claims must have the prior Written :approval of the BOARD; and D. Preserve and transfer3any materiais,:contract detiverables and /or the BOARD property in -the Contractor's possession as directed by the BOARD. Upon termination of the Contract, the BOARD shall pay the•Contractor for any service provided by the Contractor under the Contract: prior to the dateof termination.. The BOARD may withhold any amount due as the BOARD reasonably determines is necessary to protect the BOARD against potential loss or liability resulting from the,termination. The BOARDshalFpay any withheld amount to the.Contractorif the BOARD later determines that loss or tiability notoccur. The rights and remedies of the BOARD under this section are in addition to any other rights and remedies provided under this-Contract or otherwise,provided'under law. 2.43. WAIVER Waiver of any default or breach shall not be deemed to be a waiver. of any 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 and signed by Authorized'RepresentativeaofTHE BOARD. Contract Terms and Conditions Page21 -92 The project's scope cif warkis comprised of the following activities: Construct waterfront esplanade, Induding viewing, platforms and: rain gardens; "Reconfigure Railroad Ave for bicycle and pedestrian safety, including new lighting, landscaping,'streetfumishings, and signage. If the above scope of work includes' engineering, planning, "or :design activities, the Contractor shall make all plans and documents funded in whole or in part by this Contract available for the Board's review upon, reasonable request. The;availability„of grant funds,for related construction costs incurred after the' declared BIENNIUM CLOSE DATE subject-to the RE- APPROPRIATION section outlined below. PRO;IECT COMMENCEMENT The Board funded" portion of the project must commence construction within °42 months of contract execution. PROJECTCOMPLETION The Board funded poriion-of <the project must be completed within 24 months of project commencement. RE= APPROPRIATION" Funding under this Grant is subject to Section 1.22 of the Special Terms and "Conditions set forth herein. The Contractor, by its signature below, certifies that the project's scope of work and performance measures set forth above have been reviewedend approved by the Contractor's governing body "as of the date and year written below. Signature Name Title Date ATTACHMENT I: SCOPE OF WORK COMMUNITY ECONOMIC. REVITALIZATION BOARD Community Revitalization Grant City of Port Angeles 13- 96303 -021 Project Title: Waterfront Transportation Improvement Plan E 93 ATTACHMENT II: CERTIFICATION OF THE PAYMENT AND REPORTING OF PREVAILING WAGES Signature Name Title Date COMMUNITY ECONOMIC. REVITALIZATION BOARD Community Revitalization Grant City of Port Angeles n- 96303 -021 .Project Title: Waterfront Transportation Improvement Plan The Contractor, by its signature below, certifies that all contractors and subcontractors performing Worlc'on the project as described in Attachment I: SCOPE OF WORK shall comply with prevailing, wage laws set forth in Chapter 39.12 RCW, as applicable' to. the project funded' by this Contract, including but not limited to the. filing of the "Statement ofJntent to Pay Prevailing Wages and "Affidavit of Wages Paid° as,requir'ed: by RCW 39:12.040., The Contractor shall maintain records sufficient to evidence compliance with Chapter 39.12.RCW; andishall make such records available for the"Board's reviewupon request: If any statefunds are used by the Contractor for the purpose of construction, applicable State Prevailing Wages must be paid: The Contractor, by its signature below, certifies that the declaration set forth above has been reviewed and approved by the Contractor's governing;body,as of the date.and:year written: below.; ATTACHMENT III: CERTIFICATION OF AVAILABILITY OF FUNDS TO COMPLETE THE PROJECT Contract Number: 13 -96303 -021 Type of Funding This Grant Grants Grant #1 1 Lodging Tax Grant #2 FEMA Port Security Grant #3 Grant #4 Total Grants 1 Loans Other Loan #1 Other Loan #2 Other Loan #3 Other Loan #4 Total Loans Local Revenue Local Revenue #1 Economic Development Local Revenue #2 Street Fund Local Revenue #3 General Fund Reserves Local Revenue #4 General Fund Fees Local Revenue #5 Gateway Transportation Total. Local Revenue Other Funds Other Funds #1 1 Other Funds #2 Total Other Funds TOTAL PROJECT FUNDING Source Description Amount Washington State Community Economic Revitalization Board $50 $67,000.00 $211,000.00 $0.00 $0.00 $778,000.00 $0.00 1 Moo 1 $0.00 $0.00 $0.00 $3,066,312.00 $300,000.00 $169,914.00 $436,000.00 $539,158.00 $4,511,384.00 $0.00 $0.00 $5,289,384.00 The Contractor, by its signature below, certifies that project funding from sources other than those provided by this Contract and identified above has been reviewed and approved by the Contractor's goveming body or board of directors, as applicable, and has either been expended for eligible project expenses, or is committed in writing and available and will remain committed and available solely and specifically for carrying out the activities described in ATTACHMENT I: SCOPE OF WORK, as of the date and year written below. E -95 The Contractor shall maintain records sufficient to evidence that it has expended or has access to the funds needed to complete the activities described in ATTACHMENT I: SCOPE OF WORK, and shall make such records available for the Board's review upon reasonable request. Signature Name Title Date RTANGELES W A S H I N G T O N U. S. A CITY COUNCIL MEMO DATE: March 5, 2013 TO: CITY COUNCIL FROM: Glenn A. Cutler, P. E., Director of Public Works Utilities SUBJECT: Landfill Bluff Cell Stabilization Project Update Summary: The City Engineer will be giving a presentation on the status of the Landfill Bluff Cell Stabilization project. Recommendation: Information only. No action. Background Analysis: For more than a decade there has been concern with bluff retreat and erosion migrating into the Port Angeles Landfill facility. This landfill was established sometime in the 1940s with cells (304 Cell) that are immediately on the coastal bluff containing approximately 750,000 cubic yards (CY) of municipal refuse. To protect it, a seawall was constructed in 2007 along the western half of the landfill's shoreline. Since that time, bluff erosion along the unprotected eastern half has continued, further threatening slope failure and the uncontrolled release of refuse into marine waters. In the summer of 2011 during maintenance inspections, the City observed that the bluff face had experienced localized failure that had exposed parts of the cell lining and some waste refuse at one location along this unprotected eastern half. This immediately posed a water quality and human health threat coupled with drainage concerns along the facility's northern portion. This prompted the City to initiate actions to evaluate the risk to the site, remove exposed refuse, and correct drainage issues. The City retained a design team lead by Herrera Environmental Consultants to assist in evaluating the landfill facility's condition, bluff erosion, and to assist with the design of corrective actions. The combination of continued bluff erosion (primarily as erosion of the bluff toe by wave action) and thinning of the upper bluff thickness results is an immediate engineering stability concern and increasing risk of landfill failure. The City Engineer will make a short presentation on the current status of the project and the proposed strategy to remedy this situation. N: \CCOUNCIL\FINAL\Landfill Bluff Cell Stabilization Project Update.docx DATE: TO: FROM: SUBJECT: Function 1 Construction Plan Development/Permits Construction Mgmt/Post Award Design/Close Out P ORT A NGELES W A S H I N G T O N U. S. A CITY COUNCIL MEMO March 5, 2013 CITY COUNCIL Glenn A. Cutler, P. E., Director of Public Works Utilities Lauridsen Blvd Bridge; Project Revision and Funding Allocation Summary: The Lauridsen Blvd Bridge is nearing design completion. Costs have increased due to a number of additional requirements not identified in the original bridge application submission. It is necessary to submit a revised application and identify additional funding for the City's 20% match. Recommendation: Authorize staff to increase the Lauridsen Blvd Bridge project value to a new total of $5,800,086 and allocate a total of $1,160,017 for matching funds. The additional funds in the amount of $134,217 should be allocated from the 2013 Governmental Capital projects fund. Background Analysis: The Lauridsen Blvd Bridge is structurally and functionally deficient. The City was successful in obtaining federal funding through the Washington State Department of Transportation (WSDOT) Bridge Replacement Advisory Committee (BRAC) in 2011. Design was authorized and is at the 95% stage. The BRAC program funds 80% with a COPA match of 20 The cost of the project has increased by approximately $732,000 from its original projected cost of $4,644,000. The cost of the project includes construction, plan development/permits and construction management, including post award design support and close out. Comparison of Costs for Lauridsen Blvd Bridge Application 1 3,276,000 915,000 453,600 1 Total 1 4,644,600 1 COPA Match 1 928,920 Original COPA set aside: $1,025,800 Current Estimate 1 4,192,167 1 650,000 453,600 1 5,295,767 1 1 1,059,153 1 Recommended Difference Project Authorization 916,167 1 4,631,212 265,000) 715,274 0 651,167 1 130,233 1 N: \CCOUNCIL\FINAL\Lauridsen Blvd Bridge Project Revision and Funding Allocation.docx Difference 1 1,355,212 1 199,726) 453,600 0 5,800,086 1 1,155,486 1,160,017 1 231,097 K -1 March 5, 2013 City Council Re: Lauridsen Blvd. Bridge Funding Allocation Page 2 The majority of the cost increases are in 4 construction areas: 1 1 NPDES Phase II Stormwater Improvements 2 1 Traffic Signals 3 1 Additional Sidewalk/Pedestrian Vehicular Barrier 4 1 Additional Asphalt Intersection Overlay Total Increase Background on construction cost increases: 403,000 164,000 115,000 50,000 732,000 1. The project, when submitted to the WSDOT, did not include the NPDES Phase II stormwater requirements. It was an oversight by staff not to include this cost. The bridge is designed to meet the Western Washington State Stormwater Manual Requirements. 2. The project originally identified moving and reutilizing 3 traffic signal poles (pole /mast arm /signal head). Due to the geometry of the bridge with the intersection, it is necessary to replace the 3 traffic signal poles. It is also appropriate to upgrade the electronics for the traffic signal at the intersection. It is possible that the traffic signal rebuild may not be included in the bridge project funding. Staff is awaiting a determination from WSDOT. If not included, it would reduce the costs of the project but the work is still required. If the traffic signal system rebuild is excluded from the bridge project funding, it would be proposed to fund the traffic signal system rebuild by utilizing WSDOT Surface Transportation Program (STP) Funds. As a contingency, this expense has been included in the STP funding plan. The matching funds would transfer from this project to the STP match. See STP Funding memorandum as part of this Council packet. 3. The City has the opportunity to extend the replacement of the existing sidewalk and pedestrian barrier on the west side of Race Street for an additional 110 feet as part of this program. This is the general area where a recreational vehicle lost its brakes coming down Heart of the Hill Parkway, launched itself over the sidewalk and through the ornamental guardrail, causing one fatality and multiple injuries. This is an opportunity for the WSDOT to participate and pay 80% of the expense. 4. To provide for an improved intersection at Race and Lauridsen Blvd., it is necessary to resurface: a. The intersection, and b. The roadway on either side (250 lineal feet north and 100 lineal feet south) of the intersection. The City has set aside $1,025,800. Before requesting a new project budget amount, it is necessary for the City to commit to an increase in funding support for the project. The City only has one opportunity to request an increase in the project amount with WSDOT. If the City does not request a high enough amount, then 100% of all costs over the new authorization level will be the City's responsibility, with no participation by WSDOT. N: \CCOUNCIL\FINAL \Lauridsen Blvd Bridge Project Revision and Funding Allocation.docx K -2 March 5, 2013 City Council Re: Lauridsen Blvd. Bridge Funding Allocation Page 3 The bidding climate has changed and WSDOT is seeing bids slowly but steadily increase over the past year. The City is fortunate that there are at least two major contractors in the area that bid on bridge projects. This may help keep costs down. It is anticipated that the project will be in the range of $5,200,000 to $5,500,000 once bid. This would reduce the City match to a range of $1,040,000 to $1,100,000. This is an increase of $74,200 ($1,100,000 $1,025,800). If the project were to finalize at the full authorization, the increase in match would be $134,217 ($1,160,017 $1,025,800). The 2013 budget for Governmental Capital projects has a $192,000 balance of unassigned cash. It is recommended that funds be allocated from this account. It is prudent to set aside the City match funds for the full authorization. If the authorization is approved from WSDOT staff, we will advertise the project in April/May 2013, with a completion date of late 2013 /early 2014. It is recommended that City Council authorize staff to increase the Lauridsen Blvd Bridge project value to a new total of $5,800,086 and allocate a total of $1,160,017 for matching funds. The additional funds in the amount of $134,217 should be allocated from the 2013 Governmental Capital projects budget. N: \CCOUNCIL\FINAL\Lauridsen Blvd Bridge Project Revision and Funding Allocation.docx K -3 P ORT A NGELES W A S H I N G T O N U. S. A CITY COUNCIL MEMO DATE: March 5, 2013 TO: CITY COUNCIL FROM: Glenn A. Cutler, P. E., Director of Public Works Utilities SUBJECT: Allocation of Federal Surface Transportation Program (STP) Funds Summary: Washington State Department of Transportation (WSDOT) has requested that agencies allocated STP funding obligate their 2013 prior funds. Obligation rates within Washington State are not meeting goals. In an effort to protect them from being reallocated to other regions within Washington State or to another state, it is necessary to obligate STP funds as soon as possible. Recommendation: Direct staff to: 1) Proceed with preparing and forwarding documentation to WSDOT to obligate STP funds for the Lauridsen Boulevard Bridge Traffic Signals and 18 Street Overlay, and 2) Negotiate an interlocal agreement with the Port of Port Angeles to manage and design the Boat Haven Bulkhead Repair Project utilizing Port of Port Angeles STP funds and identify the City's matching funds. Background Analysis: Clallam County and select other County agencies receive Federal Surface Transportation Program (STP) funds primarily for performing work on arterials and transit capital projects. The STP provides flexible funding that may be used by states and localities for projects on any federal -aid highway, including the National Highway System, bridge projects on any public road, transit capital projects, and intracity and intercity bus terminals and facilities. Some County agencies and other regions around the state have been slow to obligate funds against projects. This is leaving WSDOT vulnerable to having the funds withdrawn and reallocated. WSDOT is attempting to reallocate within the state to preserve the funding and not have the funding reallocated to another state if agencies /regions are not able to obligate funds. WSDOT has requested that obligation of STP funds be accelerated due to the above mentioned reasons. The City has been doing a good job of obligating and spending our funds over the past years. Some agencies are being challenged to obligate funds. The City was accumulating funds for a major arterial project and has approximately $384,000 ($234,000 for 2013 and prior $150,000 for 2014) available for obligation. Other agencies such as the Port of Port Angeles have approximately $692,000 over the same period. Per direction from WSDOT, the City is strongly encouraged to obligate funds for 2013 and prior to August 1, 2013. This required the City to submit our preliminary plan not later than February 14. WSDOT will submit a plan to the Federal Highways. K 4 N: \CCOUNCIL\FINAL\Allocation of Federal Surface Transportation Program (STP) 2013 -2014 Funds.docx March 5, 2013 City Council Re: Allocation of STP 2013 -2014 Funds Page 2 City staff has been in discussion with Port of Port Angeles staff. It is proposed to submit 3 projects for consideration that will obligate the City funds. 1. Lauridsen Boulevard Bridee, Traffic Signal (non- bridge related) Construction $164,000 with a City cost share of $22,140 (13.5 2. 18 Street Overlay Design only (construction cannot be obligated until design is complete) $150,000 with a City cost share of $20,250 (13.5 Construction funding to be addressed after design. Potential exists for more STP funds in the range of $750,000 as well as a Transportation Improvement Board (TIB) grant of equal value, if not more. STP and TIB would be a match for each other. Also, there have been discussions with Port of Port Angeles staff about that agency contributing some of their STP funds with the City providing the match. Rationale is that the Port has a major industrial park off of 18 Street and they want to be a good partner with the City. Potential City match may be available from Solid Waste Transfer 2013 funds ($125,000) from alley paving to 18 Street Overlay on a one time basis for design and construction. In 2014 it would be proposed to do the construction. I don't know the exact cost, but as a preliminary estimate I am identifying approximately $750,000 with a City match of approximately $90,000. 3. Boat Haven Bulkhead Renair Design only, Port of Port Angeles would allocate their STP funds with the City providing management and contributing to half of the match required (6 3/4 The match could be part cash and part work effort. The Port would support the other half of the match. The bulkhead supports the waterfront trail and the roadway. The project would include potential dredging. No commitment from the City to pay for the construction project is being considered at this time. The City's match of $26,274 is recommended to be allocated from the 2013 Governmental Capital projects fund which has a balance of $192,000. If this fund is reduced by $132,217 for the Lauridsen Blvd Bridge Project, a balance of approximately $60,000 would remain. Attached is a spreadsheet with the projects and potential cost share by the City. The cost share is proposed to come out of reserves and /or operational funds toward the end of the year. Also, 18 Street Overlay and Boat Haven Bulkhead Repair could be toward the end of the year and span early 2014. The most likely funding would be reallocation of alley paving funds, Economic Development funds and Governmental Capital Funds. It is recommended that the City Council direct staff to: 1) Proceed with preparing and forwarding documentation to WSDOT to obligate STP funds for the Lauridsen Boulevard Bridge Traffic Signals and 18 Street Overlay, and 2) Negotiate an interlocal agreement with the Port of Port Angeles to manage and design the Boat Haven Bulkhead Repair Project utilizing Port of Port Angeles STP funds and identify the City's matching funds. Attachments: STP Project Funding Plan K -5 Sponsor Year Project City 1 2013 Lauridsen Blvd Bridge 1 1 Traffic Signal) 164,000 Port 2013 (Marine Drive Crossing Study City City Port 2013 118th Street Overlay 2014 1 18th Street Overlay 2014 118th Street Overlay Port 1 2014 'Boat Haven Bulkhead Repair 1 Surface Transportation Program Fund Allocation March 2013 Costs 1 STP Funds Construction Design 1 City 1 Port 19,635 $150,000 129,750 1 297,765 1 1 262,348 1 468,468 1 1 412,747 441,798 1 I 141,860 1 1 1 I 22,140 17,300 2,335 Cost Share City Port 20,250 35,417 55,721 Match Funding Lauridsen Blvd Bridge Economic Development 2013 Alley Paving 12013 Alley Paving TBD 2013 Alley Paving 389,250 26,274 1 26,274 2013 Governmental Capital Fund 1 CALL TO ORDER REGULAR MEETING: ROLL CALL: APPROVAL OF THE MINUTES: PUBLIC COMMENT: FINANCE: LEGISLATION: City of Port Angeles Parks, Recreation Beautification Commission Port Angeles, Washington November 15, 2012 Chairperson Pittis called the regular meeting of the Port Angeles Parks, Recreation Beautification Commission to order at 6:00 p.m. in the Vern Burton Meeting Room #3. Members Present: Chairperson Pittis, Vice Chairperson Shargel, Commissioners Merritt, Hordyk, and Knowles. Members Absent: Commissioners Ramsey and Stratton. Staff Present. C. Delikat, R. Bonine, and Secretary Kochanek. It was moved by Shargel and seconded by Hordyk to: Approve the minutes of the October 18, 2012 regular meeting. Motion carried 5 -0. None. None. 1. Storm King Field Usage Carmen Czachor, 483 Westridge Road, presented the Commissioners with a letter asking that they allow her son's soccer team to use a lighted city park for one night per week from November 13, 2012 until March of 2013. Deputy Director of Operations Delikat conducted a PowerPoint presentation explaining why the City shuts down scheduled practices and games during the winter months Commission discussion followed. Chairperson Pittis called for a vote to: Continue to shut down scheduled practices and games during the winter months. Vote 4 -0 with Knowles abstaining. 2. Audubon Sign Request for Ediz Hook It was moved by Shargel and seconded by Hordyk to: Have staff move forward and place the Audubon birding trail sign at site 31 Ediz Hook. Motion carried 5 -0. 3. Lincoln Park Master Plan This item has been continued to the next regular Parks, Recreation Beautification meeting agenda January 17, 2013. M -1 LATE ITEMS: None. STAFF REPORT: 1. Civic Field Update ADJOURNMENT: Recreation Services Manager Bonine updated the Commissioners on the current status of the Civic Field Committee and informed the Commissioners that nothing will be moving forward until after the first of the year. He stated that there has been some in house work done on the field lighting. Commission discussion followed. 2. Vern Burton Christmas Fair Secretary Kochanek invited the Commissioners to attend the Vern Burton Christmas Fair December 1 and 2 "a Chairperson Pittis adjourned the meeting at 6:35 p.m. Next Meeting January 17, 2013 Vern Burton Community Center Meeting Room #3 6:00 p.m. is, Chairperson Cindy ��ircjizk chanek, Secretary FOiRiNGELES W A S H I N G T O N U.S.A. CITY COUNCIL MEMO DATE: MARCH 5, 2013 To: CITY COUNCIL FROM: JANESSA HURD, CITY CLERK SUBJECT: PUBLIC RECORDS REQUESTS 2012 ANNUAL REPORT Information Only: The attached Public Records Requests Annual Report includes the number of requests received and the cost to fulfill. Our employees code their time cards when they work on requests so we can track the fiscal impact to the City based upon employee time. The total number of requests in the last three years has not changed significantly; however, the total cost has increased by at least $10,000 each year for the last two years. This is mostly due to the complexity of the requests being submitted and the increased staff time needed to respond to these requests. January February March jApril 1May June July August September October November December Total Year 2012 2011 2010 2009 2008 2007 2006 2005 City Clerk's Office Other Departments Number of Requests Received 14 6 12 6 7 5 4 9 4 2 7 1 77 Number of Records Requests 77 115 98 122 124 77 109 112 Number of OTC Requests Received 12 12 23 17 18 10 16 25 14 10 6 9 172 Number of OTC Records Requests 172 167 90 Not available Not available Not available Not available Not available *We did not start tracking employee time until late 2008. City of Port Angeles Requests for Public Records 2012 Final Report Police Department Number of Requests Received 85 115 98 110 112 82 80 108 89 100 69 86 1134 Number of Police Records Requests 1134 1142 1242 Not available Not available Not available Not available Not available Total Number of Requests 1383 1424 1430 City Clerk's Office Total Payroll Requests Expenses 111 1,895.04 133 1,414.72 133 948.21 133 1,545.81 137 1,821.69 97 1,215.63 100 2,269.27 142 2,298.35 107 3,340.43 112 3,273.56 82 1,676.69 96 3,252.22 1383 24,951.62 Employee time in 94,284.52 84,298.54 73,819.62 73,658.09 Police Department Payroll Expenses 3,495.78 3,969.28 2,094.20 3,439.18 4,830.65 4,629.36 2,420.20 4,182.78 1,558.97 3,270.23 1,887.70 2,425.98 38,204.31 Other Departments Payroll Expenses 2,408 41 2,398.00 3,270.13 3,255.20 6,259.65 2,745.32 1,705.16 1,444.39 1,764.98 2,245.92 1,635.93 1,995.50 31,128.59 Total Expenses 7,799.23 7,782.00 1 6,312.54 8,240.19 12,911.99 8,590.31 1 6,394.63 7,925.52 6,664.38 8,789.71 5,200.32 7,673.70 1 94,284.52 M -4 CITY OF PART NGELES W A S H I N G T O N U.S.A. CITY COUNCIL MEMO DATE: MARCH 5, 2013 TO: CITY COUNCIL FROM: TERRY GALLAGHER, CHIEF OF POLICE SUBJECT: POLICE DEPARTMENT 2012 ANNUAL REPORT I am pleased to announce our 2012 annual report is now available on the Department website. Please visit htto://www.citvofna.us/noliceAnnualRnt.htm#AR to view the complete report. We are an accredited Police Department and producing an annual report is one of over 200 standards we must meet if we are to maintain our accreditation. However, the production of an annual report is more than just an effort to meet a particular standard. It is an opportunity for us to tell our story to the community, and hopefully demonstrate that the tax dollars allocated to local law enforcement are dollars well invested. Please take note of Deputy Chief Smith's comments in respect to the patrol schedule changes that we have implemented. It is a credit to the men and women of this agency that such a significant change in the operation of the department could be designed and then successfully implemented. A good question to ask is why we thought it worthwhile to change our scheduling practices for patrol officers in the first place (having done so for PenCom earlier). One answer is that there was a strong business case to be made for some type of change. Between 2007 and 2008 Department overtime expenditures were reduced by almost $100,000.00. We were very proud of that. In recent years, however, we recognized that our overtime expenditures had declined to a rough plateau and were staying there. To realize further reductions would require a fundamental change in our business practices. (continued) POLICE DEPARTMENT 2012 ANNUAL REPORT PAGE 2 400000 350000 300000 250000 200000 150000 100000 50000 0- POLICE OVERTIME 2004 -2012 1 2004 2005 2006 2007 2008 2009 2010 2011 2012 5029 OT EM 5022 OT 50210T 5010 OT 5029 Records Division 5022 Patrol 5021 Investigations 5010 Administration That challenge was put before our staff in late 2011, and they responded with a scheduling plan for patrol that was implemented January 1, 2013. I believe that the change was significant from both a business and a cultural perspective. It will likely save significant dollars while substantially improving the quality of life of our uniformed employees. More significant though might be that sometimes maligned government employees recognized the need for change if we were to continue to deliver high value to our customers, and that those same employees then made those changes setting aside at least 40 years of tradition in an effort to benefit the community. Such things can occur when an organization hires the right people. Some other areas where we enjoyed success include our highly regarded K -9 program and our partnership with the downtown community through our Downtown Resource Officer program. Both PenCom and our Records staff faced significant challenges during the year, particularly in terms of staffing, but their collective performance was, as usual, simply outstanding. I hope you enjoy the report and find satisfaction in the many accomplishments of the Police Department. Our goals include providing quality public safety services to this community while being recognized as a model organization. Please let us know if we are meeting those goals.